Loading...
HomeMy WebLinkAboutC-7588-2 - Bonita Canyon Drive and Ford Road Pavement Rehabilitation 19R22October 27. 2021 R.J. Noble Company Attn: Jennifer De longh 15505 E. Lincoln Avenue Orange, CA 92865 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039FAX neewportbeachca.gov Subject: Bonita Canyon Drive and Ford Road Pavement Rehabilitation — C-7588-2 Dear Ms. De longh: On October 27, 2020, 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 October 29, 2020 Reference No. 2020000614469. The Surety for the contract is Western Surety Company and the bond number is 30096778. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure Executed in Duplicate EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 30096778 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ _ NI? ___, being at the rate of $ N/A thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to R.J. Noble Company hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of mobilization and, demobilization; distribution of construction notices to existing businesses and residents; best management practices (BMP); traffic control implementation; construction staking and survey monument restoration; utility company coordination and utility verification; removal of existing roadway, sidewalk, curb and gutter, and access ramps; cold milling of existing asphalt pavement roadway; subgrade preparation; construction of asphalt concrete (AC) pavement, asphalt rubberized hot -mix (ARHM) pavement, localized pavement section repairs, PCC sidewalks, PCC curb and gutter, PCC access ramps, truncated domes, and PCC median curbs; utility relocations and adjustments; traffic signal and traffic signage improvements; pavement striping and marking improvements; as -built plan preparation; and all other work required by the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Two Hundred Fifty Two Thousand Nine Hundred Twenty Five Dollars ($2,252,925.00) 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 R.J. Noble Company Page B-1 exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City, In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of _ May 20 20 . Name of Contractor (Principal) Western Surety Company Name of Surety 2020 Main Street, Suite 750, Irvine, CA 92612 Address of Surety 949-399-4074 Telephone Authorized,Signaturelfitle Authorl£ed Agent Signature James Scott Salandi, Attorney-in-fact Print Name and Title R.J. Noble Company Page B-2 CALIFORNIA ACKNOWLEDGMENT 9e®ol®�nE s9e[a3e€ CIVIL CODE § 1189 A notarypublic 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 validityof that document. State of California Countyof QRAN(,F 05/20/2020 On before me, o e SEVF. MFNDO7.A personally appeared I. DEIONGFI, NO'T'ARY PUBLIC Here Insert Name and Title ofthe Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose names) !slam subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/herkheir authorized capacity(isso, and that by his/herAheir signature(&) 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 California J. DEION Claws of the State of California that the foregoing ]_ Nm.rV G.bk -Ca orange county paragraph is true and correct. Commissiont, 2307441 \' my Comm. Expins Oct 28, 2023 ' WITNESS my hand and official seal. Signature Place Notary Seal and/or Stomp Above _ Si ature of Notary Public OPTIONAL -- — Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(Les) Claimed by Signer(s) Signer's Name: O Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee in Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: O Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: _ � ooeeeaa3�eeeaa na�nmra�uan+ra000aa>da®a ©2018 National Notary Association ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On MAY 19 V19 before me, Annette Lisa Romero, A Notary Public (insert name and title of the officer) personally appeared James Scott Salandi who proved to me on the basis of satisfactory evidence to be the person(s) whose name(R) is/are: subscribed to the within instrument and acknowledged to me that he/sheWotey executed the same in his/he*Uslf authorized capacity(ies), and that by his/HaMhek signature(s) on the instrument the person(a), 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. o COMM. u 2244076 I ANNETTE LISA ROMERO 3 NOTARY PUBLIC CALIFORNIA 3 ORANGE COUNTY o /;,. CloMy comm. expires May, 26, 2022 It Signatur� � - /p (Seal) T APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 6 / ( i /2e) ;t By: 4 Aaron C. Harp City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.J. Noble Company Page B-3 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 1 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/shetthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of ) ss. On 20� before me, Notary Public, personally appeared _ 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 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) R.J. Noble Company Page B-4 January 11, 2021 R.J. Noble Company Attn: Jennifer De lough 15505 E. Lincoln Avenue Orange, CA 92865 If i I" i.�p�, Subject: Bonita Canyon Drive and Ford Road Pavement Rehabilitation - C-7588-2 Dear Ms. De lough: On October 27, 2020 the City Council of Newport Beach accepted the work for the subject project and authorized the Citv Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 dati vs 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 Comity Recorder on October 29, 2020, Reference No. 202000061 -469 '1'lic timrety for the bond is Western Surety Company and the bond number is 30096778. Fnclosed Is the Labor & Materials Pavment Bond. Sincerelv, Leilani I. Brown, MMC Citv Clerk FoCIosUre Executed in Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND NO, 30096778 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to R.J. Noble Company hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of mobilization and, demobilization; distribution of construction notices to existing businesses and residents; best management practices (BMP); traffic control implementation; construction staking and survey monument restoration; utility company coordination and utility verification; removal of existing roadway, sidewalk, curb and gutter, and access ramps; cold milling of existing asphalt pavement roadway; subgrade preparation; construction of asphalt concrete (AC) pavement, asphalt rubberized hot -mix (ARHM) pavement, localized pavement section repairs, PCC sidewalks, PCC curb and gutter, PCC access ramps, truncated domes, and PCC median curbs; utility relocations and adjustments; traffic signal and traffic signage improvements; pavement striping and marking improvements; as -built plan preparation; and all other work required by the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, _ Western Surety Company _ duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Two Hundred Fifty Two Thousand Nine Hundred Twenty Five Dollars ($2,252,925.00) 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 R.J. Noble Company Page A-1 respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the " 19th -__ day of May , 20 20 . Name of Contractor (Principal) Western Surety Company Name of Surety 2020 Main Street, Suite 750, Irvine, CA 92612 Address of Surety 949-399-4970 Telephone Authorized Signature/Title Authorized Agent Signature .lames Scott Salandi, Attorney-m4act Print Name and Title R.J. Noble Company Page A-2 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 �i1tal�Flf#e �MSFan - n2aa�treanren aefotlRi+i®9 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validityof that document. State of California Countyof QRANrF 0.5/211/2020 On personally appeared before me, STF.VF MF,NDOZA L DFIONGH, No I'ARY 11 M[ U' Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Were subscribed to the within instrument and acknowledged to me that he/sheAhey 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. Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual O Trustee ❑ Other: _- Signer is Representing: ❑ Attorney in Fact ❑ Guardian or Conservator Signer's Name: I certify under PENALTY OF PERJURY under the oEiGNGH Notary Publl - "Wornla laws of the State of California that the foregoing d\ o s Cn„nry i f paragraph is true and correct. ❑ Attorney in Fact O Trustee C arn. Expires Oc!�20.42021 WITNESS my hand and official seal. It Signature Y 'I _ Place Notary Seal and/or Stamp Above Signature of Notary Public -------- —.—..._ OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual O Trustee ❑ Other: _- Signer is Representing: ❑ Attorney in Fact ❑ Guardian or Conservator Signer's Name: O Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General O Individual ❑ Attorney in Fact O Trustee ❑ Guardian or Conservator O Other: Signer is Representing: i !ffir+1m9H�IHkfd�eL fia'!s:. wrxeiBNaxera74Hp+NeH®t ;nnaRtnitoxuraifN�aag9iW+t�B 02018 National Notary Association 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 validit�of that document. State of California County of Orange On MAY 1 9 2020 before me, Annette Lisa Romero, A Notary Public (insert name and title of the officer) personally appeared James Scott Salandi who proved to me on the basis of satisfactory evidence to be the person(s) whose name(X) is/ares subscribed to the within instrument and acknowledged to me that he/skaiUOsay executed the same in his/heNXhek authorized capacity(i)s), and that by his/kiwAtheir signature(%) 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. -ANNETTE LISAROMEROo COMM. a 2244076 z y NOTARY PUBLIC CALIFORNIAQ 's ORANGE COUMY v My:minm. expires May. 26, 2022 Ir Signatures/ (Seal) APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: ol(I! 2y i Aafo'n C. Harp City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.J. Noble Company Page A-3 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 On _ --—'20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of __ _} ss. On _ _ 20 before me, Notary Public, personally appeared 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) R.J. Noble Company — - Page A-4 bMM >�rara.a�.g,merawwd.°�weLv1�19�1�rsr�er�'.►t�ri�,�eamnmu�,,�,�,� ,�� am PbCW COW wOOClWofto p ,.m.ir�ear .alma aeeYiis.etie� � � . JMW tea!! SMUMA lAomwd 2baboW,DavU Ja mbsum, ffiviklkmw csrduY 1+�' u, ,un�yy io•pmaceYa' Vf Dina&r n*me ftbbhaA ae?c�oa� €t�f�Ily�Ba midi 1 IQ616h wab*ipdIV ddype8As� end � t rs89 N�#:ioY ldl dM*ft.WmwttelTNI OVS'bwfyMWAm&mcb7mfi"mdconMvw. 'd'tlrAnmr dAR�aoy iae nsma9 r_ Yid �uoE Po aealEry ga b'el�19y1'°acd ea 9Ra3anv�in harm d* � C. by dee obeceb*hm dmo wm.pae.+l� . IN �anee� weerrsaer eeramnz exa�eretasr,,m wF� an e a hY ,ae Vim sX•d� mw Wau xftud mdhe 10h daY GEJh y7015. WESTERN SURETY COMPANY" eta, r _..._ '" T.Iindlak VkeYt�cx�t t�p6edRaalbDalmh cae�ydn `�' t309ft lUb day af4M 2015. bdbm me Ply cmwftd T,*090:. Rome kt,n vb% b*gbSm M9wm4 Mdvm*dd 09y ft,* ra,hln ittha laly d31pq:Fnlla, 9gdo oC�nOtltlbtobr f4,R 6n b �ei7Co�lmi4gdd WB9'PI�NSUI[I1TYANYdeq�edie aMrtaade� . dee abaao Ibak bn ripale d�6 Heal ea'sdd ppcpaotiim4 tlsa We Red atff,ad m Me add h>mbmroet � ■iclt mpaNe sak tbaR k was an a0%xd Mm"" 90 W&Vft dMu by dw hand OtMe nchid nod the he eRVmd b&®e U00% pMMM to lOm nmbgr%y. mnd nkwwfaWan eamembotlteaccaaldoodataddcapatlioo, bh CMNAWM aapi2a 8* EICH _._.F 17 3021 _.__ aOltall . G�G1Yi Sl�ide.NmcyP�lie._ 1: L IJehen„Aaafabai 8loammq d W8fT17tSN 9C1sBT1' c70111PA1i7f do b4rhy mtl4r tlnd the lhrttrP a6'Ato�ney bemmbuw; at &� 3n x671 in tome. mdtAdw0Wftlbectbe BY-Imw el'Ihecnppatlenpriamdoa,the rewen hetmfae i"l+ I J wlm,eotl hm hese mbsm&gd WESTERN SURETY COMPANY If s---- Batch 8019613 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 4 of 8 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder 1111111111111111111111IIII1III11111111111111If11111111I111111I11111 NO FEE •$ R 0 o 1 2 1 6 9 1 1 2$. 2020000614469 8:49 am 10/29/20 90 Sec2A N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and R.J. Noble Company, Orange, California, as Contractor, entered into a Contract on May 12, 2020. Said Contract set forth certain improvements, as follows: Bonita Canyon Drive and Ford Road Pavement Rehabilitation - C-7588-2 Work on said Contract was completed, and was found to be acceptable on October 27. 2020. by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company_ _ BY 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 06 �f AZDat Newport Beach, California. T' �i I�ul�A I. \ 4� https:Hgs.secure-recording.com/Batch/Confirmation/8019613 10/29/2020 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 R.J. Noble Company, Orange, California, as Contractor, entered into a Contract on May 12, 2020. Said Contract set forth certain improvements, as follows: Bonita Canyon Drive and Ford Road Pavement Rehabilitation - C-7588-2 Work on said Contract was completed, and was found to be acceptable on October 27, 2020, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. M City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. 7 Executed on 66Topq Z�, �.�ZU , at Newport Beach, California. BY "Aui// CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 31St day of MARCH , 2020, at which time such bids shall be opened and read for BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION 19R22 Contract No. 7588-2 $2,500,000 Engineer's Estimate Approved by James M. Houlihan uty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" For further information, call Patricia Kharazmi, Project Manager at (949) 644-3344 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca.gov/government/open-transparent/online-services/bids-rfps- vendor-registration City of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Contract No. 7588-2 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................18 INFORMATION REQUIRED OF BIDDER.....................................................................19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS................................................................. Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 2 Citv of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Contract No. 7588-2 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties 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 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may 4 be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. A-782908 CLASS A& C-12 X S i Contractor's License No. & Classification Authorized 50afti&Title STEVE MENDOZA, SECRETARY 1000004235 EXP:0630/22 DIR Registration Number & Expiration Date R.J. NOBLE COMPANY Bidder 03/31/2020 Date City of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Contract No. 7588-2 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of ten percent of the amount bid ------- Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION, Contract No. 7588-2 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 24th day of March , 2020. R.J. NOBLE COMPANY X Name of Contractor (Principal) *Aut0fize2rS=ig=nature1TitIe STEVE MENDOZA, SECRETARY Western Surety Company Name of Surety 2020 Main St., Suite 750 1"Ina, Ce CMO Address of Surety 949-399-4970 Telephone i' s1�i Signature James Scott Salandi, Attorney -In -fact Print Name and Title (Notary acknowledgment of Principal & SuretV must be attached) CALIFORNIA ACKNOWLEDGMENT CIVIL CODE 5 1189 9�IiR7E +uolalE 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 Countyof n(ANCF 03/30/2020 On before me, Date STEVE MENDOZA personally appeared J. DEIONGH, NOTARY PUBLIC Here Insert Name and Title of the Officer Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/sheAHey executed the same in hisfhedtheir authorized capacity(ies), and that by his/decAdek signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Capacity(ies) Claimed by Signer(s) Signer's Name: o Corporate Officer — Title(s): ❑ Partner — O Limited ❑ General D Individual ❑ Attorney in Fact O Trustee ❑ Guardian or Conservator O Other: Signer is Representing: Signer's Name: o Corporate Officer — Title(s): O Partner — D Limited ❑ General D Individual D Attorney in Fact O Trustee ❑ Other: Signer is Representing: B7B�3BBBB8 02018 National Notary Association ❑ Guardian or Conservator I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing J. orloNGx Bo[ary Public-Celli1 ' 0,.qe Caunty ' paragraph is true and correct. Co..Imlon r 33o1a41 /ay Can.. Wuft On 38. 2033 WITNESS my hand and official seal. Signatur Place Notary Seal and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: o Corporate Officer — Title(s): ❑ Partner — O Limited ❑ General D Individual ❑ Attorney in Fact O Trustee ❑ Guardian or Conservator O Other: Signer is Representing: Signer's Name: o Corporate Officer — Title(s): O Partner — D Limited ❑ General D Individual D Attorney in Fact O Trustee ❑ Other: Signer is Representing: B7B�3BBBB8 02018 National Notary Association ❑ Guardian or Conservator ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange Notary On MAR 2 4 2020 before me, Michele A. Fedoruk, Nota Public (insert name and title of the officer) personally appeared James Scott Salandi, Attorney -in -Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(z) is/aa subscribed to the within instrument and acknowledged to me that he/stxe" executed the same in his/hex0ek authorized capacity(ie*, and that by his/berAhek signature(%) on the instrument the person(%), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MICHELE A. FEDORUK Notary Public -California Orange County Commission .22]8042 My Comm. Expires Apr 14, 2022 Signature l a(Seal) V -V emn SureLy Compaw po*E tOF ATTORNEY APPOINMGRWNMUAL ATTORNZY-1N FA T $beiw All Mee By lbws Pnounk rnd yPaymm SLI mry CtMANY. a Sodh Ddmta cmpamfim to s ddy aggsaimd and o upmudon having In pdodpd afflw in the City of Simm lb>ls. wd Sbft of Satoh Ddwtm,the it dopa by vhtaa of the sigomne ml aeal hadn shod hneby atdco. aaedkue sod appoint Jam= Scott Sabmdl, LeaaasrdZhutudw, Davgd JaoobSa®, lm tddnsily a!Y WIM CA,. tab= = sad bmtd Aft=mqW41mFmvft AS poplar and =Only haft mnlbt=,o Ito ElM sod and cmc= iter sad an its bdm bandy . oado:tddgt aid ad W abtigttmy bmb=c= of dmUw atstre - In Ung ., and to bmmd it t mdiy ss lttay and to this sumo =boas if sash V=dgiodbyiLd*=ftdmd ager of the =pamtiae sad su the OW ofmid All y. pnuft to the shorhy j=dj'y 8W. ate hmoby: d"W sad coefnwd. 7bb Prewar alAttotaay is mdo sad owcftd pm nu t to sad by tmthotity of the By6I.aW wlabd ando n vein buil ddy adopted. as ice. by thD dwahoubm altbo c omandiaa m w21mum mor. VVES11MV St RIMY CX3WAW bis ea=od them I to be dimma by He vica VzoddwL =a ift scal to be hmoto xffl=d as this 18th dLy atlim 2015. WESTERN SURETY' COMPANY 'iMiaawv T. ftift Vice Raddaat aft ctmx tbl?akm Caanfy d On this 18h at y of 1boe, 2015.1 p I m mo petmmtlly came Pmt T. Bm t, to mo kwwn, wh% bealg by mo dbly mom. did depose sad or. that he Rddat In ft My ofStmWK State afSaMbD*ols; tbat to la the Vkv-PUddedof WBSl' M SURBTY caMPMY descn' W in=dwhich mmcdcd the show hommnut that he imewa the seal of said cmpmu*m do the aril WB=d to do still inmmsm is mmh empooft =% drat it was a lmad P tD ahm by tbo Bowd of Dhutm of add ao[pmmdm ml tim In dgmd i& name tlrelato passetm m Em fly, sad sdosoAtedges sane to 6o the act sad deed a[stdd catpatsttan. ' M9 cott�mbslm mpiermt . ' �. Elul _ Fds nay 0?.1� 12.218tiSB: CMt1'�'ICA= S ZdL KaftyPub& 1. I. Nobom Aa ftm t Bmadwy of WBST=N S=Cff CMRMY do bmeby caft that the Paws af Aftmy hmc mibove set 8odt iR dill in &ON& sadlbttber oottity tb d the Bydiw of lite eatpoUMn prhrted as ft mva m hotoof tg wha u fI have bet+eaato wed my mato sad zfB=d ft aril of !bo said cmpumdm Us day of ------------ s�atsso�� WESTERN SURETY COMPANY rm�r L Nolso4 Aseistsot 3dcrdsey -. - ABy.Iraw ADOPTED BY TEE SURETY COMPANY 7Ms Pa am afAtt amy is made aad ameaLnd pyo andby mdba&Y egvnfg EV-Law daly.adopLed by tw suedes afffie Daaapem4►. - . Seem 7. AU bows, pans, imdwb qp_ Pow= of A#o moy, or other ob5gefim of to ompmagm ddmU be amouted in ft omposeme aamoe a[ to Qom =W by the Pte, Seamy, and A •SeoaaNW, lhes= ar say Vim Paddat, ar by smh adr ai8ees as ffie Board of may au&odm. 'Aro Ppesidemtt, ow Vim Po dat Seam bw. sl9 Ashsawabw, ar tine MW *Ppm in Phot of who stall Lava andumidy m issue bolds, podtoim, or mnd=Wcinm in ffie mom of fro Camey. lbe 00==M seal is mat neoess'y iL: itm w7sTMy of any bonds, Powe% mdeftli Pow= of Aitomey as a0w chUdims of *e amporefm no a temo ofmy auoh offioar end ft ompcsato sedmay be gamted by ftft . 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 evide/ebe person(s) whose name(s) is/are subscribed to the within instrument and acknowledhe/she/they executed the same in his/her/their authorized capacity(ies), and that bsignatures(s) on the instrument the person(s), or theentity upon behalf of which thted, executed the instrument. 1 certify under PENALTY OF PERJURY under the le of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) O IONAL INFORMATION Date of Document Thumbprint of Signer Type or Title of Document Number of Pages in Document Document in a Foreign LangLAge Type of Satisfactory Evide e: Personally Known ith Paper Identification Paper Identificat' Credible Witne (es) Capacity(ies) claim by Signer(s): Trustee Power of orney CEO / C / COO Presid t / Vice -President / Secretary / Treasurer Other I 7 E] Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On , 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the subscribed to the within instrument and acknowledged to me that in his/her/their authorized capacity(ies), and that by his/her/their the person(s), or the entity upon behalf of which the person(s) 'j10 I certify under PENALTY OF PERJURY under the laws of paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer comp ting this certificate verifies only the identity the individual who signed the document to whi this certificate is attached, and not the truthfulne , accuracy, or validity of that document. State of California County of On _j ss. 20 before me, Notary Public, persona appeared who proved to me on a basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the wit n instrument and acknowledged to me that he/she/they executed the same in his/her/their auth rized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or t e entity upon behalf of which the person(s) acted, executed the instrument. W's) whose name(s) is/are e(/they executed the same natures(s) on the instrument executed the instrument. of California that the foregoing (seal) I certify under P NALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is tjUe and correct. WITNESS ifiv hand and official seal. Signature 91 (seal) City of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Contract No. 7588-2 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractors total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidders electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. R.J. NOBLE COMPANY Bidder X A&)� Authonz ign refTftle STEVE MENDOZA, SECRETARY City of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Contract No. 7588-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. n M.e, N�-o FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $120,000, provide the following information: No. 1 TURMONT STREET REHABILITATION Project Name/Number Project Description STREER REHAB OF TURMONT FROM AVALON BLVD TO CENTER AV[ Approximate Construction Dates: From Agency Name CI FY OF CARSON Contact Person RICK BOUTROS 0412018 08 2018 Telephone ('19 952-1700 Original Contract Amount $ 1.426.509.8( Final Contract Amount $ 1.441, 310.48 If final amount is different from original, please explain (change orders, extra work, etc.) EXTRA WORK Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO. iU No. 2 Project Name/Number RESIDENTIAL OVERLAW OF MAINTENANCE ZONE I Project Description AC OVERLAY OF RESIDENTIAL MAINTENANCE ZONE I Approximate Construction Dates: From 10/2018 To. 04/2019 Agency Name CITY OF HUNTINGTON BEACH Contact Person JOHN GRIFFIN Telephone (714) 375-5011 79,323232 279, > Original Contract Amount $ 2.Final Contract Amount $ �'2 If final amount is different from original, please explain (change orders, extra work, etc.) A 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 No. 3 PALMYRA AVE STREET REHABILITATION Project Name/Number Project Description AC REHABILITATION OF PALMYRA Approximate Construction Dates: From Agency Name CITY OF ORANGE Contact Person MATT LORENZEN 07/2018 To: 12/2018 Telephone (714) 744-5573 1.075.22659 1,110444 .12 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) CHANGE ORDER OF WORK Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO 11 No. 4 IRVINE AVENUE PAVEMENT REHABILITATION Project Name/Number Project Description AC PAVEMENT REHABILITATION OF IRVINE AVENUE Approximate Construction Dates: From Agency Name 0712018 CITY OF NEWPORT BEACH 10,2018 Contact Person FRANK IRAN Telephone (949) 644-3309 Original Contract Amount $ 2459.825 Final Contract Amount $-' 455,430.00 If final amount is different from original, please explain (change orders, extra work, etc.) QUANTITIES REDUCED 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 No. 5 2018 PAVEMENT REHABILITATION PROGRAM Project Name/Number Project Descripfion AC PAVEMENT REHAB. OF VARIOUS LOCATIONS/ALLEY RECON. Approximate Construction Dates: From Agency Name CITY OF ONTARIO 0812018 To: 05/2019 Contact Person NABIL KASSIH Telephone ( 90) 395-2025 Original Contract Amount $ i ' 472 . 531 16 Final Contract Amount $ 6.101,574.64 If final amount is different from original, please explain (change orders, extra work, etc.) CHANGE ORDER 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 12 No. 6 MURRIETA HOT SPRINGS ROAD TO N. ABELIA ROAD Project Name/Number Project Description AC PAVING OF MURRIETA HOT SPRINGS RD. Approximate Construction Dates: From Agency Name 09,!2018 To, 10/2019 CALTRANS, DEPT OF TRANSPORTATION Contact Person MIKE BERGEVIN Telephone ( 951) 232-3739 Original Contract Amount $ 6.411.926 so Final Contract Amount $ 6.445.855.98 If final amount is different from original, please explain (change orders, extra work, etc.) EXTRA WORK Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO 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. R.J. NOBLE COMPANY Bidder 13 x Authorize# ig ure/Titie STEVE NDOZA.SECRETARY Un NOBLE Compan Chuck Spiers 15505 E. Lincoln Ave. Orange, CA 92865 Office: (714) 637-1550 Email: chuckspiers@rjnoblecompany.com EXPERIENCE General Superintendent R.J.Noble Company, Orange, CA, 2003 - Current - Plan, direct, and manage designated projects - Ensure that objectives are accomplished in accordance with outlined priorities - Oversee daily job operations for multiple projects Foreman R.J. Noble Company, Orange, CA, 2000 - 2003 - Delegate responsibilities and designed time schedules - Order material & equipment on a daily basis Operator Matich Corp., San Bernardino, CA 1989-2000 EDUCATION High School - Hemet High School, Class of 1988 PROFESSIONAL - CPR Certified, Expires 01/2018 TRAINING & CERTS - Fundamentals of Successful Project Management, 02/2014 RECENT ACCOMPLISHMENTS Recently Completed Projects for RJ Noble - City of Huntington Beach Argosy, Yorktown & 6th St. - City of Irvine Street Rehab - City of Huntington Beach Main, Talbert & Heil - Port of Long Beach Pier F Cutoff Wall Dec -15 Contract Amount: $1,800,000 Oct -15 Contract Amount : $5.1 million Feb -17 Contract Amount: $2.6 million Sep -16 Contract Amount: $4 million SONmin NOBLE Compan Kori Porter 15505 E. Lincoln Ave. Orange, CA 92865 Office: (714) 637-1550 Email: koriporter@rjnoblecompany.com EXPERIENCE Project Engineer R.J.Noble Company, Orange, CA, 2005 - Current - Oversee multiple construction projects from beginning to end - Manage all subcontractors compliance on project - Maintain daily job costs for multiple projects - Maintain project schedules, budgets, and compliance EDUCATION Post Bachelorette RECENT ACCOMPLISHMENTS Masters of Science, Civil Engineering, Class of 2014 California State University, Fullerton College - Bachelor of Arts, Business Management, Class of 2005 California State University, Fullerton High School - Esperanza High School, Class of 2000 Recently Completed Projects for RJ Noble - City of Yorba Linda La Palma Ave - City of Dana Point Annual Resurfacing - City of Orange Annual Pavement Maint - County of Orange Ladera Ranch Apr -16 Contract Amount: $2.1 million Jun -16 Contract Amount: $2.1 million Jul -16 Contract Amount: $3.7 million Feb -17 Contract Amount : $3.4 million City of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Contract No. 7588-2 NON -COLLUSION AFFIDAVIT State of California ) ORANGE ) ss. County of 1 STEVE MENDOZA being first duly swam, deposes and says that he or she is SECRETARY of R.J. NOBLE COMPANY , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. R.J. NOBLE COMPANY X ; Q�� Bidder Authorize Sign ture/TftIeSTEVE MENDOZA, SECRETARY Subscribed and sworn to (or affirmed) before me on this 31 ST day of MARCH 2020 by J. DEIONGH, NOTARY PUBLIC , 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. J. DEIONGH NJaPublic l.DEIONGH, NOTARY PUBLIC Notary VupliC - CaOfam . y Onnye C..m' [SEAL] Commissloo r 230➢aa 1 I my Comm. Eaair" O : 38. 3033 My Commission Expires 14 City of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Contract No. 7588-2 DESIGNATION OF SURETIES Bidder's name R.J. NOBLE COMPANY Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): PATRIOT RISK & INSURANCE SERVICES 2415 CAMPUS DRIVE SUITE 200, IRVINE, CA 92865 SCOTT SALANDI 949-486-7917 (BONDS) LAURIE SYLVESTER 949-486-7900 (INSURANCE) WESTERN SURETY 2020 MAIN STREET STE 750, IRVINE, CA 92614 DAN MAJAM 866-404-7926 15 City of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Bidders Name Contract No. 7588-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL PU NOBLE COMPANY 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. it Current Record Record Record Record Record Year of for for for for for Record 2019 2018 2017 2016 2015 Total 2020 No. of contracts 12 70 90 92 100 83 447 Total dollar Amount of $27,7 MIL $81.5 MIL $92 MIL $83 MIL. $93 MIL. $95 MIL. $472.20 MII Contracts (in Thousands of $ No. of fatalities NONE NONE NONE NONE NONE NONE NONE No. of lost Workday Cases NONE NONE NONE NONE NONE NONE NONE No. of lost NONE NONE NONE NONE NONE NONE NONE workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. it Legal Business Name of Bidder R.J. NOBLE COMPANY Business Address: 15505 E. LINCOLN AVE., ORANGE, CA 92865 Business Tel. No.: 714-637-1550 State Contractor's License No. and Classification: 782908 CLASS A & C-12 Title X ,� STEVE MENDOZA, SECRETARY The above information was compiled from the repd that are available to me at this time and I declare under penalty of perjury that the in ormation is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title AUSTIN CARVER, VICE PRESIDENT OPERATIONS 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, partnersfioint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 CALIFORNIA 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 Countyof ()RANrI= 1} On 03/31/2020 before me, J. DEIONGH, NOTARY PUBLIC Date STEVE MENDOZA Here Insert Name and Title of the Officer personalty appeared Nome(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/sgekktey executed the same in his/heFAheir authorized capacity(ies), and that by his/herAhek signatures) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the J. DEIONGN laws of the State of Califomia that the foregoing Naar, Public - Califumla 0,.i," culmty paragraph is true and correct. cammisvcn s 110]411 Ny CM.. Eak. Ott a. 1017 WITNESS my hand and official seal. Signatur Place Notary Seol and/or Stamp Above gignature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: a Corporate Officer — Title(s): a Partner — a Limited o General o Individual a Attorney in Fact o Trustee D Guardian or Conservator n Other Signer is Representing: Signer's Name: a Corporate Officer — Title(s): a Partner — o Limited a General o Individual a Attorney in Fact o Trustee o Guardian or Conservator D Other: Signer is Representing a+Beeeaeuattea®t 02018 National Notary Association CALIFORNIA ACKNOWLEDGMENT 6sts1 O" CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies onlythe 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 Countyof ORAN(IF 03/31/2020 On before me, Date AUSTIN CARVER personally appeared J. DEIONGH, NOTARY PUBLIC Here Insert Name and Title ofthe Officer Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose names) isfafe subscribed to the within instrument and acknowledged to me that he/SHeAhey executed the same in hisA%"Mieir authorized capaciry(ies), and that by his/derkheir signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the J. GEIONGN laws of the State of California that the foregoing QNoory Public - Califamla paragraph is true and correct. Orange CauntY _ commlubp < 3707", y comm. Expire, Oa 28, 2027 WITNESS my hand and official seal. Signatur Place Notary Seal and/or Stomp Above 4gnature of Notary Public Completing this information can deter aReration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: o Corporate Officer — Title(s): O Partner — D Limited o General o Individual O Attorney in Fact O Trustee o Guardian or Conservator o Other: Signer is Representing: Signer's Name: O Corporate Officer — Title(s): O Partner — O Limited o General O Individual O Attorney in Fact o Trustee D Guardian or Conservator O Other: Signer is Representing: �ewuesleeea,er 02018 National Notary Association City of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Contract No. 7588-2 ACKNOWLEDGEMENT OF ADDENDA R.J. NOBLE COMPANY Bidder's name The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 18 City of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Contract No. 7588-2 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: CORPORATION Business Address: 15505 EAST LINCOLN AVE., ORANGE. CA 92865 Telephone and Fax Number: 714-637-1550 FX: 714-637-6321 California State Contractor's License No. and Class: 782908 CLASS A & C-12 (REQUIRED AT TIME OF AWARD) Original Date Issued: 08/1999 Expiration Date: 08rv2020 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: STEVE MENDOZA. SECRETARY The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone MICHAEL J. CARVER, PRESIDENT 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550 AUSTIN CARVER. VICE PRESIDENT OP. 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550 STEVE MENDOZA. SECRETARY, 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550 JAMES N. DUCOTE, TREASURER 15505 E. LINCOLN AVE.. ORANGE, CA 92865 714-637-1550 Corporation organized under the laws of the State of CALIFORNIA 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NONE All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: .A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; NONE TO REPORT Briefly summarize the parties' claims and defenses; .A Have you ever had a contract terminated by the owner/agency? If so, explain. NO Have you ever failed to complete a project? If so, explain. NO For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor co ce (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /� IM Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. R.J. NOBLE COMPANY Bidder AUSTIN CARVER (Print name of Owner or President of Corp ation/Company) X Auth Signature/Title VICE PRESIDENT OF OPERATIONS Title 03/31/2020 Date Notary On 03!31/2020 before me, J. DEIONGH , Nota Public, personally appeared AUSTIN CARVER, who proved to me on the basis of satisfactory evidence to be the person whose nameW Ware -subscribed to the within instrument and acknowledged to me that h /shefts executed the same In his/heA4& authorized capacity(iX, and that +=« by hisfl;ia ignatureAion the instrument the personP6, or the entity upon behalf of which the person>r acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITN S myVandand official seal. xNot bla ' for said State My Commission Expires: 21 J. DEla cH _ Notary Public - Califomla flange County S (SEAL) Ce00ala%ion 4 2307aat My C... E+Pires W. 3a. 3033 Citv of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Contract No. 7588-2 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION CONTRACT NO. 7588-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 12th day of May, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and R.J. NOBLE COMPANY, a California corporation ("Contractor"), whose address is 15505 E. Lincoln Avenue, Orange, CA 92865, 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 mobilization and, demobilization; distribution of construction notices to existing businesses and residents; best management practices (BMP); traffic control implementation; construction staking and survey monument restoration; utility company coordination and utility verification; removal of existing roadway, sidewalk, curb and gutter, and access ramps; cold milling of existing asphalt pavement roadway; subgrade preparation; construction of asphalt concrete (AC) pavement, asphalt rubberized hot -mix (ARHM) pavement, localized pavement section repairs, PCC sidewalks, PCC curb and gutter, PCC access ramps, truncated domes, and PCC median curbs; utility relocations and adjustments; traffic signal and traffic signage improvements; pavement striping and marking improvements; as -built plan preparation; and all other work required by the Contract Documents (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7588-2, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Million Two Hundred Fifty Two Thousand Nine Hundred Twenty Five Dollars ($2,252,925.00). 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 Jennifer De longh 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 R.J. Noble Company Page 2 act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: R.J. Noble Company Page 3 Attention: Jennifer De longh R.J. Noble Company 15505 E. Lincoln Avenue Orange, CA 92865 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. R.J. Noble Company Page 4 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE 12.1 Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 12.2 Contractor agrees to include any and all additional insureds for policies of insurance, as set forth in Exhibit C, as requested by City. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 of seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between R.J. Noble Company Page 5 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 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 Contract (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; 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 R.J. Noble Company Page 6 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. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seg., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seg., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. R.J. Noble Company Page 7 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 Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. inconsistencies between this Contract and terms of this Contract shall govern. In the event there are any conflicts or any other attachments attached hereto, the 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. R.J. Noble Company Page 8 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, 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] R.J. Noble Company Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:��P Aaron C. Harp City Attorney ATTEST: &.17 oM 9 Date: A".Leilani 1. BrownCity Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: 6�l ZA0 2 D By: Will O'Neill Mayor CONTRACTOR: R.J. NOBLE COMPANY, a California corporation Date: Signed in Counterpart By Craig Porter Senior Vice President Date: Signed in Counterpart By: Steve Mendoza Secretary [END OF SIGNATURES] Attachments: Exhibit A - Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements R.J. Noble Company 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 ATTO",EY'S OFFICE Date: CITY OF NEWPORT BEACH, a California municipal corporation Date: By: 01� By: w(-: Aaron C. Harp Will O'Neill City Attorney Mayor ATTEST: Date: Leilani I. Brown City Clerk CONTRACTOR: R.J. NOBLE COMPANY, a California corporation Date: MAY 18, 2020 By: z `'j(> r AUSTIN CARVER Senio Ice President Date: MAY 18, 2020 By: Stevea do Secret�r [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements R.J. Noble Company Page 10 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notarypublic or other officer completing this certificate verifies onlythe identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, orvalidity of that document. State of California Countyof ORANGE On 05/18/2020 before me, J. DEIONGH, NOTARY PUBLIC Date AUSTIN CARVER Here Insert Name and Title ofthe Officer personally appeared Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/sheA#W executed the same in hisihefAheir authorized capacity(ies), and that by his/hedthair signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. DEIONGH Notary Pobllc - California Orange CountyS Commission a 2307441 My Comm. Expires Oct 28, 2023 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): O Partner — O Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee D Guardian or Conservator D Other: Signer is Representing: Number of Pages: Signer's Name: D Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact D Trustee ❑ Guardian or Conservator D Other: Signer is Representing: �198gfaa�leeb8e�u� ®2018 National Notary Association CALIFORNIA ACKNOWLEDGMENT CIVIL CODE 5 1189 A notary public or other officer completing this certificate verifies onlythe identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California 1 Countyof ORANGE lr 05/18/2020 On personalty appeared before me, STEVE MENDOZA J. DEIONGH, NOTARY PUBLIC Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in hisfherkheir authorized capacity(ies), and that by his/herAheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(,) acted, executed the instrument. I certify under PENALTY OF PERJURY under the J. OEIONGH laws of the State of California that the foregoing Notary Public - Caliromla paragraph is true and correct. E tj Orange County Conn, sslonExpires F Cxt 2M1 My Comm. Ezoires Oct 28,2W7 WITNESS my hand and official seal. Signatur Place Notary Seal and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General D Individual ❑ Attorney in Fact D Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — o Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee O Guardian or Conservator o Other: Signer is Representing: �i�B8Nf11HnB8B8 02018 National Notary Association Executed in Duplicate EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 30096778 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ WA 'being at the rate of $ N/A thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to R.J. Noble Company hereinafter designated as the "Principal," a contract for. The work necessary for the completion of this contract consists of mobilization and, demobilization; distribution of construction notices to existing businesses and residents; best management practices (BMP); traffic control implementation; construction staking and survey monument restoration; utility company coordination and utility verification; removal of existing roadway, sidewalk, curb and gutter, and access ramps; cold milling of existing asphalt pavement roadway; subgrade preparation; construction of asphalt concrete (AC) pavement, asphalt rubberized hot -mix (ARHM) pavement, localized pavement section repairs, PCC sidewalks, PCC curb and gutter, PCC access ramps, truncated domes, and PCC median curbs; utility relocations and adjustments; traffic signal and traffic signage improvements; pavement striping and marking improvements; as -built plan preparation; and all other work required by the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company ,duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Two Hundred Fifty Two Thousand Nine Hundred Twenty Five Dollars ($2,252,925.00) 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 R.J. Noble Company Page B-1 exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of May 120 20 . U N01311COMPANY Name of Contractor (Principal) Western Surety Company Name of Surety 2020 Main Street, Suite 750, Irvine, CA 92612 Address of Surety 949-399-4074 Telephone S I L:VI; MENUaUZA, SL.CIU 1 Signature James Scott Salandi, Attorney-in-fact Print Name and Title R.J. Noble Company Page B-2 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE 51189 A notary public or other officer completing this certificate verifies onlythe identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, orvalidityof that document. State of California Countyof QRAKIC;F On 05/20/2020 before meJ. DEIONGH, NOTARY PUBLIC , vote STEVE IvTENDOZA Here Insert Name and Title of the Officer personally appeared Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/sheAl+ey executed the same in hislheOhei authorized capacity(ies), and that by his/ho4thek signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. J. DEIONGH Natnry iubft -Calf.rnia Orange County Commission # 2307441 7 '• '' my Comm. Expo irk 2w:� Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — D Limited ❑ General ❑ Individual ❑ Attorney in Fact D Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: D Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator D Other: Signer is Representing: eA8ee9010mm@®B� 02018 National Notary Association ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On MAY 19 ?"T before me, Annette Lisa Romero, A Notary Public (insert name and title of the officer) personally appeared James Scott Satandi , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/anx subscribed to the within instrument and acknowledged to me that he/she" executed the same in his/heWthek authorized capacity(ies), and that by his/MwAheir signature(%) 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) ANNETTE LISA ROMERO ` o COMM. # 2244076 f g NOTARY PUBLIC CALIFORNIA 3 ORANGE COUNTY N My comm. expires May. 26, 2022 Ir APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE City Attorney NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.J. Noble Company Page B-3 ACKNOWLEDGMENT rpublic or other officer completing this verifies only the identity of the individual ed the document to which this certificate is cirri not the truthfulness, accuracy, or f that document State of California County of )S3. 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/shelthey executed the same in his/her/their authorized capacity(ws), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) ailed, 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 rpublic or other officer completing this verifies only the identity of the individual who he document to which this certificate is and not the truthfulness, accuracy, or validity cument. State of California County of )S8. 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/sheithey executed the same in his/her/iheir authorized capacity(ies), and that by his/hedtheir 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) R.J. Noble Company Page B-4 Executed in Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 30096778 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to R.J. Noble Company hereinafter designated as the "Principal," a contract for. The work necessary for the completion of this contract consists of mobilization and, demobilization; distribution of construction notices to existing businesses and residents; best management practices (BMP); traffic control implementation; construction staking and survey monument restoration; utility company coordination and utility verification; removal of existing roadway, sidewalk, curb and gutter, and access ramps; cold milling of existing asphalt pavement roadway; subgrade preparation; construction of asphalt concrete (AC) pavement, asphalt rubberized hot -mix (ARHM) pavement, localized pavement section repairs, PCC sidewalks, PCC curb and gutter, PCC access ramps, truncated domes, and PCC median curbs; utility relocations and adjustments; traffic signal and traffic signage improvements; pavement striping and marking improvements; as -built plan preparation; and all other work required by the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Two Hundred Fifty Two Thousand Nine Hundred Twenty Five Dollars ($2,252,925.00) 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 R.J. Noble Company Page A-1 respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attomeys' 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 19th day of May -,20 20 - R NHHI<'I�?71'VA1' Name of Contractor (Principal) Western Surety Company Name of Surety 2020 Main Street, Suite 750, Irvine, CA 92512 Address of Surety 949-399-4970 Telephone N r. Authoriz Sig tureffltle SII VI NI N H1/n.5 1.481' Au ori " ent Signature James Scott Salandi, Attorney-in-fact Print Name and Title R.J. Noble Company Page A-2 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 HEREMO r I rlisemeaseem A notary public or other officer completing this certificate verifies onlythe identityof 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 Countyof ()RANrF 05/20/2020 On personally appeared before me, J. DEIONGH, NOTARY PUBLIC STEVE MENDOZA Here Insert Name and Title ofthe Officer Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/efe subscribed to the within instrument and acknowledged to me that he/shekkey executed the same in hisfherkheh authorized capacity(ies), and that by his/had4heu signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 6 �y, J. DEIONGH Notary Public - California �' Orange County Commission - 2107.1 'My Comm. Expires W. 2g.2023 Place Notary Seal and/or Stomp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: D Corporate Officer — Title(s): D Partner — D Limited O General D Individual D Attorney in Fad D Trustee o Guardian or Conservator O Other: Signer is Representing: Number of Pages: Signer's Name: D Corporate Officer — Title(s): ❑ Partner — D Limited D General D Individual D Attorney in Fact D Trustee D Other: Signer is Representing: D Guardian or Conservator 3eeeeet>da9� 02018 National Notary Association ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On MAY 19 2020 before me, Annette Lisa Romero, A Notary Public (insert name and title of the officer) personally appeared James Scott Salandi , who proved to me on the basis of satisfactory evidence to be the person(s) whose name($) is/am subscribed to the within instrument and acknowledged to me that he/she" executed the same in his/hex/.thek authorized capacity(k)s), and that by his/hwftek signature(%) on the instrument the person(s), or the entity upon behalf of which the person(z) 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) ANNETTELISAROMERO$ o COMM. # 2244076 NOTARY PUBLIC CALIFORNIA 3 3 ORANGE COUNTY N My comm. expires May. 26, 2022 It APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: (o/((/ D-0 By: Z=:::-::: Affbin C. Harp City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.J. Noble Company Page A-3 ACKNOWLEDGMENT Fpublic or other officer completing this verifies only the identity of the individual ed the document to which this certificate is and not the truthfulness, accuracy, or f 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(tes), 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 1 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 rpublic or other officer completing this verifies only the identity of the individual who he document to which this certificate is and not the truthfulness, accuracy, or validity cument. State of California County of -)SS. On 120 before me, , Notary Public, personally appeared 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/shelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) R.J. Noble Company Page A-4 Wesom Sirmy Comps v. �.sa►"� ii �+Lid3 VkAd,,li'i7R'•is,��ls+a► 11►. i�ll1 ►` Y!l��i°'jfIIL 'l'BR1�T:g1Ii1 E 'it" 1�21Yr lmmndmft 1 lit �t%�tr�1'a�8ioatat'�,m!•�i•o�':�r�t�6t�rbg��al�e[m[0'��i�'�3a`• ••• J=ws sea* sdooft lop .. • ,.; .! rte•• •r '.. 1. :. �:�. �;. �+��y_� .... , . .. ... a .:s;, .. •• = '. ti � ' • � ° � •:• '• •• .'. :" ..:`�'�: •,:g.:, •...� .:�; ppr'.-yy�,e.,� IU1Mr atAU=y in s& wd =Uftdpmft to udby 'dl�ro eipe�deai5eraa[a� e�Yad�p�.��t�.$9 ftibmand&mdlbo �me�pataliaa�. . Li iii ! '�A►NY b= =Reed ft� I M be swaa by X41# vup Btb aft Sam fit84A to ba bum now ander m day alsom ms. . WESTRRX SUJIETY• COMPANY • iaiU�ct�galS�aatFi�sdtaa��oF�txbimltrt�tl�t%1�ciifts�a�WBST8BN�8'PYt�illilY'desdbod$e�edvir�ch. fa flat ib loOn SW d ndd ampoo ft 04ft and d bW logo mW t o oa f out slot it mu to .l�grd P tierM3 SW=byft R=i GEZ*G = GfmM eaepontianadtmt is u4W jft== etb ,14 std a t ��belbosetsoddooda#stid . mom _ - c�csis s�4.Nomac�r� L. I�b�..Afsf�4�t:1�y atN susBr�r oa�PA�I'!r da h4+dYy �H,o Pawn atrAmoiaay hr�pmbowa Beet flxth;s � m INT?2,020 x�cr� d �,o®oImine sod aR�oeddmpd_ - a�y►af �. WESTERN 9VRATY COMPANY �ss�rao�n►.�rs _ • • L. A� 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 Contract. 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, 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 Contract. 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 R.J. Noble Company Page C-1 million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to 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 Contract 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 Contract 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 Contract. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. R.J. Noble Company Page C-2 D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. Citv'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. R.J. Noble Company Page C-3 D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. Citv 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. I. 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. R.J. Noble Company Page C-4 J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. R.J. Noble Company Page C-5 R- T� City of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION Contract No. 7588-2 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. 7588-2 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: 03/31/2020 Date 714-637-1550 714-637-6321 Bidder's Telephone and Fax Numbers 782908 CLASS A & C-12 Bidder's License No(s). and Classification(s) 1000004235 DIR Registration Number R.J. NOBLE COMPANY Bidder X STEVE MENDOZA, SECRETARY Bidder!,uttVbrized Signature and Title 15505 E. LINCOLN AVE., ORANGE, CA 42865 Bidder's Address Bidder's email address: STE V EMENDOZA@RJNOB LECOMPANY. COM a;W City of Newport Beach BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION 19R22 (C-7588-2), bidding on March 31, 2020 Bid Results Bid Submittal C-7588-2 RJ NOBLE CO Bidder Details Bid Submittal C-7588-2 RJ NOBLE CO.pdf Vendor Name R.J. Noble Company Address 15505 E. LINCOLN AVENUE Bid Bond ORANGE, CA 92865 United States Respondee Jennifer De longh Respondee Title Contract Administrator Phone 714-637-1550 Ext. 311 Email jenniferdeiongh@rjnoblecompany.com Vendor Type CADIR License # 782908 CADIR 1000004235 Bid Detail 1 $85,000.00 Bid Format Electronic Submitted March 31, 2020 9:48:44 AM (Pacific) Delivery Method Bid Responsive 1 $40,000.00 Bid Status Submitted Confirmation # 206486 Ranking 0 Respondee Comment Buyer Comment $25,000.00 Attachments Page 1 Printed 03/31/2020 File Title File Name File Type Bid Submittal C-7588-2 RJ NOBLE CO Bid Submittal C-7588-2 RJ NOBLE CO.pdf General Attachment Bid Bond C-7588-2 RJ NOBLE CO Bid Bond C-7588-2 RJ NOBLE CO.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment Section 1 1 Mobilization, Demobilization, and Cleanup LS 1 $85,000.00 $85,000.00 2 Traffic Control & Public Notifications LS 1 $40,000.00 $40,000.00 3 Surveying Services & Monument Preservation LS 1 $25,000.00 $25,000.00 4 Signing and Striping LS 1 $68,000.00 $68,000.00 5 Remove and Replace Concrete Sidewalk SF 650 $14.00 $9,100.00 PlanetBids, Inc. City of Newport Beach Page 2 BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION 19R22 (C-7588-2), bidding on March 31, 2020 Printed 03/31/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 6 Remove and Replace Concrete Access Ramp EA 22 $7,200.00 $158,400.00 7 Remove Existing Improvements and Construct ADA Compliant Walkway Transition Per Detail "D" on Sheet 14 EA 1 $13,000.00 $13,000.00 8 Excavate Roadway 10.5 Inches SF 52000 $2.16 $112,320.00 9 Localized 10.5" Full Depth AC Base Pave Tons 3200 $76.00 $243,200.00 10 3" Uniform Depth Cold Mill SF 729000 $0.16 $116,640.00 11 1" Min. AC Leveling Course Tons 4600 $80.00 $368,000.00 12 2" ARHM Surface Course Tons 9200 $89.00 $818,800.00 13 Adjust CNB Manhole Frame and Cover to Grade EA 37 $975.00 $36,075.00 14 Remove and Install New CNB Water Valve Box Frame and Cover to Grade EA 22 $975.00 $21,450.00 15 Remove and Install New Survey Monument Box Frame and Cover to Grade EA 10 $975.00 $9,750.00 16 Adjust Monitoring Well Frame and Cover to Grade EA 4 $975.00 $3,900.00 17 Remove and Install New Pull Box to Grade EA 16 $550.00 $8,800.00 18 Install New Traffic Signal Pull Box & Replace DLC Conductor to Signal Cabinet EA 4 $1,600.00 $6,400.00 19 Install New Traffic Signal Conduit LF 180 $69.00 $12,420.00 20 Remove and Install New IRWD Recycled Water Valve Frame and Cover to Grade per IRWD Std. No. W-22 EA 25 $1,025.00 $25,625.00 21 Remove and Install New IRWD Domestic Water Valve Frame and Cover to Grade per IRWD Std. No. W-22 EA 21 $1,025.00 $21,525.00 PlanetBids, Inc. City of Newport Beach Page 3 BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION 19R22 (C-7588-2), bidding on March 31, 2020 Printed 03/31/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 22 Adjust IRWD Sewer Manhole to Grade per IRWD Std. No. S-1 Orange, CA 92865 EA 14 $1,025.00 $14,350.00 23 Install Type -E Traffic Loop Case Land Surveying SURVEY 5411 1000001533 $22,400.00 EA 83 $240.00 $19,920.00 24 Install MOD Type -E Traffic Loop United States EA 32 $250.00 $8,000.00 25 Install Type -D Bicycle Traffic Loop 1000377609 $55,250.00 DGS,DBE,FSD,MB Engineering, Inc. EA 9 $250.00 $2,250.00 26 Provide As -Built Plans (FIXED) Unit E La Puente, CA 91748 LS 1 $5,000.00 $5,000.00 Subtotal $2,252,925.00 Total $2,252,925.00 Subcontractors Name & Address Description License Num CADIR Amount Type BC Traffic Specialist STRIPING 877686 1000407561 $64,790.00 638 W Southern Ave Orange, CA 92865 United States Case Land Surveying SURVEY 5411 1000001533 $22,400.00 614 N. Eckhoff Street Orange, CA 92868 United States California Professional electrical/loops 793907 1000377609 $55,250.00 DGS,DBE,FSD,MB Engineering, Inc. 929 Otterbein Avenue Unit E La Puente, CA 91748 United States Nobest Inc. concrete 356922 1000011529 $150,750.00 CADIR 7600 Acacia Ave Garden Grove, CA 92841 United States PlanetBids, Inc. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION PROJECT NO. 19R22 CONTRACT NO. 7588-2 PART 1 - GENERAL PROVISIONS 1 SECTION 1 —TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-7 SUBSURFACE DATA 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 1 2 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 5 5 5 5 5 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6-1.1 Construction Schedule 6 6-7 TIME OF COMPLETION 7 6-7.1 General 7 6-7.4 Sequence of Construction 8 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 8 6-9 LIQUIDATED DAMAGES 8 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 9 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 9 7-1.2 Temporary Utility Services 9 7-2 LABOR 9 7-2.2 Prevailing Wages 9 7-5 PERMITS 9 7-8 WORK SITE MAINTENANCE 10 7-8.1 General 10 7-8.4 Storage of Equipment and Materials 10 7-8.4.2 Storage in Public Streets 10 7-8.6 Water Pollution Control 11 7-8.6.2 Best Management Practices (BMPs) 11 7-10 SAFETY 11 7-10.3 Haul Routes 11 7-10.4 Safety 11 7-10.4.1 Work Site Safety 11 7-10.5 Security and Protective Devices 12 7-10.5.3 Steel Plate Covers 12 SECTION 9 - MEASUREMENT AND PAYMENT 12 9-2 LUMP SUM WORK 12 9-3 PAYMENT 12 9-3.1 General 12 9-3.2 Partial and Final Payment. 17 PART 2 - CONSTRUCTION MATERIALS 18 SECTION 200 — ROCK MATERIALS 18 200-2 UNTREATED BASE MATERIALS 18 200-2.1 General 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 SECTION 203 — BITUMINOUS MATERIALS 18 203-6 ASPHALT CONCRETE 18 203-6.5 Type III Asphalt Concrete Mixtures 18 203-11 ASPHALT RUBBER HOT MIX (ARHM) 18 203-11.3 Composition and Grading 18 SECTION 214—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 19 214-4 PAINT FOR STRIPING AND MARKINGS 19 214-4.1 General 19 214-6 PAVEMENT MARKERS 19 214-6.3 Non -Reflective Pavement Markers 19 214-6.3.1 General 19 214-6.4 Retroreflective Pavement Markers 19 214-6.4.1 General 19 SECTION 215 - TRAFFIC SIGNS 19 PART 3 - CONSTRUCTION METHODS 21 SECTION 300 - EARTHWORK 21 300-1 CLEARING AND GRUBBING 21 300-1.3 Removal and Disposal of Materials 21 300-1.3.1 General 21 300-1.3.2 Requirements 21 SECTION 302 - ROADWAY SURFACING 22 302-1 COLD MILLING OF EXISTING PAVEMENT 22 302-1.1 General 22 302-5 ASPHALT CONCRETE PAVEMENT 22 302-5.1 General 22 302-5.8 Manholes (and Other Structures) 22 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 22 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND 26 DRIVEWAYS 22 303-5.1 Requirements 22 303-5.1.1 General 22 303-5.5 Finishing 23 303-5.5.2 Curb 23 303-5.5.4 Gutter 23 SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 23 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 23 314-2.1 General 23 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 23 314-4.1 General 23 314-4.2 Control of Alignment and Layout 23 314-4.2.1 General 23 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 24 314-4.4.1 General 24 314-4.4.2 Surface Preparation 24 314-5 PAVEMENT MARKERS 24 314-5.1 General 24 SECTION 315 - TRAFFIC SIGN INSTALLATION 25 PART 6 - TEMPORARY TRAFFIC CONTROL 26 SECTION 600 - ACCESS 26 600-1 GENERAL 26 600-2 VEHICULAR ACCESS 26 600-3 PEDESTRIAN ACCESS 26 SECTION 601 — WORK AREA TRAFFIC CONTROL 27 601-1 GENERAL 27 601-2 TRAFFIC CONTROL PLAN (TCP) 27 PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 29 SECTION 700 — MATERIALS 29 700-3 COMMON COMPONENTS 29 700-3.5 Conduit 29 700-3.7 Pull Boxes 30 700-5 TRAFFIC SIGNAL MATERIALS 31 700-5.8 Detectors 31 SECTION 701 — CONSTRUCTION 31 701-17 TRAFFIC SIGNAL CONSTRUCTION 31 701-17.6 Detectors 31 701-17.6 Detectors 31 701-17.6.3 Inductive Loop Detectors 31 PART 8 - LANDSCAPING AND IRRIGATION 32 SECTION 800 - MATERIALS 32 800-1 LANDSCAPING MATERIALS 32 800-1.1 Topsoil 32 800-1.1.1 General 32 SECTION 801 - INSTALLATION 32 801-1 GENERAL 32 APPENDIX A: PAVEMENT EVALUATION REPORT 34 APPENDIX B: IRWD PROCEDURAL GUIDELINES & GENERAL DESIGN REQUIREMENTS 35 APPENDIX C: CALTRANS PARENT PERMIT AND APPROVED TRAFFIC CONTROL PLANS 36 APPENDIX D: PAVING PHASING EXHIBIT 37 APPENDIX E: SB1 PROJECT FUNDING SIGN 38 APPENDIX F: CNB STD DWG NOS. 923 -L-A, 923 -L -B AND 924-L 39 QROFESS/pN\ 9�F CITY OF NEWPORT BEACH w o Z m PUBLIC WORKS DEPARTMENT No.82595 yr � -. SPECIAL PROVISIONS ngTF OF ICAoFO��\P SIGNED: 3/10/2020 BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION PROJECT NO. 19R22 CONTRACT NO. 7588-2 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 -6093-S); (3) the City's Desian Criteria. Standard Soecial Provisions and Standard Drawinas for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawinas for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK Page 1 of 39 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a CLASS A license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of mobilization and demobilization; distribution of construction notices to existing businesses and residents; best management practices (BMP); traffic control implementation; construction staking and survey monument restoration; utility company coordination and utility verification; removal of existing roadway, sidewalk, curb and gutter, and access ramps; cold milling of existing asphalt pavement roadway; subgrade preparation; construction of asphalt concrete (AC) pavement, asphalt rubberized hot -mix (ARHM) pavement, localized pavement section repairs, PCC sidewalks, PCC curb and gutter, PCC access ramps, truncated domes, and PCC median curbs; utility relocations and adjustments; traffic signal and traffic signage improvements; pavement striping and marking improvements; as -built plan preparation; and all other work required by the Contract Documents. 2-7 SUBSURFACE DATA Add to this section, "The following report has been prepared for the City of Newport Beach and is attached as Appendix A for the Contractor's reference. 1. "City of Newport Beach: Ford Road and Bonita Canyon Pavement Evaluation Report" prepared by GMU and dated June 12, 2019. (GMU Project No. 19-051- 00). 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor will: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, Page 2 of 39 b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Tait & Associates and can be contacted at (714) 560-8643. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48 -hours in advance of any work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor............................................15 2) Materials ....................................... 15 Page 3 of 39 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General This project is part of the CalRecycle Rubberized Pavement Grant Program. The Contractor shall complete and submit to the Engineer the following document prior to commencement of the work: 1. Reliable Contractor Declaration form (CalRecycle 168). The Contractor shall also be responsible for completing and submitting to the Engineer the following documents immediately following the completion of the work: 1. Rubberized Pavement Certification form (CalRecycle 739 -TRP). 2. Supporting documentation that validates only California -generated waste tires were used for this project and that the waste tires were processed in California. The supporting documentation may be in the form of either a: a. Certificate of Origin (if completed by a California processor); or b. Bill of Lading and Manifest (for non -California processors). All CalRecycle forms will be provided to the Contractor by the Engineer. Page 4 of 39 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected Page 5 of 39 by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. The Contractor shall replace to finish grade all Irvine Ranch Water District (IRWD) domestic water and recycled water valve box frames and covers which are affected by the work with new valve box frames and covers. IRWD will provide the new valve box frames and covers at no cost to the Contractor. Contractor shall be responsible for coordinating with IRWD to procure new valve box frames and covers. For all IRWD utilities affected by the work, the Contractor shall refer to IRWD's Standard Drawings S- 1 and W-22, in conjunction with all general notes for domestic water, sewer, and recycled water found in the Procedural Guidelines and General Design Requirements included in Appendix B and at the link below. https://www.irwd.com/images/pdf/doing- business/engineering/Procedural Guidelines and General Design Requirements - JuIV 2016 Final.pdf The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Page 6 of 39 Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 60 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Unless otherwise approved by the Engineer, construction shall start on June 1, 2020. This project is located in close proximity to Corona del Mar Middle and High School and Our Lady Queens of Angels School, therefore the project shall be substantially completed by August 24, 2020, prior to the start of the 2020-21 school session. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. Night working hours will also be allowed on Bonita Canyon Drive from Prairie Road to SR 73. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. For those locations where night work is allowed in order to minimize disruption to the community, the following requirements shall apply: A. Night work hours shall be considered to be from 9:00 p.m. to 6:00 a.m., Sunday night through Friday morning. No work is allowed Friday or Saturday nights. B. Refer to the Caltrans Parent Permit in Appendix C for SR 73 ramp closure hours. C. The Engineer must approve all requests for night work. D. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. Night time work hours will not be authorized adjacent to residential tracts, with the exception of installing pavement striping. Pavement striping may be completed at night to minimize disruption to the community. Page 7 of 39 The following days are designated City holidays and are non -working days: 1. January 1 St (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. Add the following Section 6-7.4 Sequence of Construction: 6-7.4 Sequence of Construction Paving shall be sequenced in accordance with the exhibit included in Appendix D, unless otherwise approved by the Engineer. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $2,000. Page 8 of 39 Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. FbXW_1 1101 V 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready -mixed concrete for public works contracts are subject to prevailing wages. 7-5 PERMITS The City has received an encroachment permit (Parent Permit) from the California Department of Transportation (Caltrans) for all work and traffic control associated with this Contract located within the State Right -of -Way. The Caltrans Parent Permit also includes SR -73 on/off-ramp partial -closures at Bonita Canyon Drive. The traffic control plans prepared by the City and approved by Caltrans as part of the permit application are included in Appendix C. The City's Parent Permit is also included in Appendix C. Page 9 of 39 The Contractor shall be responsible for obtaining a Double Permit under the City's Parent Permit from Caltrans prior to starting work and abiding by all terms and conditions of the encroachment permit. The Contractor shall be responsible for all fees and costs associated with the Double Permit. Caltrans' fee for the Double Permit is $5,500 plus a $500 deposit. Obtaining the Double Permit from Caltrans shall in no way relieve the Contractor of completing the Contract within the time prescribed in Section 6-7. Payment for the Caltrans Double Permit shall be included as part of the Mobilization, Demobilization, and Cleanup bid item per Section 9-3 of these Special Provisions. The Contractor must keep copies of both the City's and the Contractor's encroachment permits from Caltrans on site at all times. The Contractor shall complete and apply for an engineering permit from the City of Irvine for the Caltrans -approved traffic control plan that will encroach into the City of Irvine. The City of Irvine's fee for the engineering permit is $2,000. Payment for the engineering permit from the City of Irvine shall be included as part of the Mobilization, Demobilization, and Cleanup bid item per Section 9-3 of these Special Provisions. 7-8 WORK SITE MAINTENANCE 7-8.1 General In addition to the required motorized street sweepers following the cold milling machine as described in Section 302-1.7 of the Standard Specifications for Public Works Construction, the Contractor shall provide two (2) additional motorized sweepers for the duration of the grinding and paving operation. 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. Page 10 of 39 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. FaDW-111a=1 VA 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. Page 11 of 39 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Demobilization, and Cleanup: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, procuring the Caltrans Double Permit including paying for the permit fee and deposit, procuring an engineering permit from the City of Irvine including paying for the permit fee, procuring and installing a construction project funding identification sign for Senate Bill 1 (SB1) funding per Section 215, establishing a material and equipment storage location, documenting existing conditions, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, coordinating with applicable agencies, stakeholders and utility companies, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control & Public Notifications: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents per Section 600-1, preparing traffic control plans for the work limits not included under the City's encroachment permit from Caltrans as described in Section 7-5, providing the Page 12 of 39 traffic control required by the project and Caltrans including, but not limited to, signs, cones, barricades, flashing arrow boards, K -rails, temporary striping, and flag persons. This item includes providing six (6) Changeable Message Signs (CMS) for the duration of the Contract and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the approved Traffic Control plans approved by Caltrans, the California Manual on Uniform Traffic Control Devices (CA MUTCD), the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 3 Surveying Services and Monument Preservation: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, protection of survey monuments, filing pre- and post - construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 4 Signing and Striping: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing pavement striping, markings and markers, removing and salvaging to the City Yard or removing and disposing or removing and relocating street signs, or sign panels, and posts, installing multiple temporary striping to maintain traffic at all times, installing permanent pavement striping, markings and markers, installing street signs, sign panels, and posts, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 5 Remove and Replace Concrete Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing sidewalk, grading and compacting subgrade, constructing concrete sidewalk, installing expansion joint material, constructing weakened plane joints, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Final limits and locations of this bid item will be determined in the field based on Engineer's direction. This bid item shall only include sidewalk measured beyond the BCR/ECR of curb ramps. All flatwork located within the BCR/ECR of the curb ramp shall be paid for as part of the curb ramp bid item. Item No. 6 Remove and Replace Concrete Access Ramp: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for verifying necessary removal limits, removing and disposing the existing concrete sidewalk or access ramps and curb and gutter, setting the necessary grade points for the accessible curb ramp based on the referenced standard plans and details shown on the Plans, grading and compacting subgrade, constructing concrete access ramps, including all necessary retaining curbs and miscellaneous adjustments not specifically identified on the plans or in other bid items, constructing asphalt concrete slot paving adjacent to access ramp, constructing adjacent sidewalk and curb and gutter, dry packing and forming around traffic signal poles or structures with void spaces, restoring Page 13 of 39 all existing improvements damaged by the work including irrigation heads and adjacent landscaping, and all other work items as required to complete the work in place. Item No. 7 Remove Existing Improvements and Construct ADA Compliant Walkway Transition Per Detail "D" on Sheet 14: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for notifying the property owner of the construction dates, verifying necessary removal limits to achieve a maximum 5% sidewalk running slope, removing and disposing the existing concrete sidewalk, subgrade/base material, and landscaping improvements, setting the necessary grade points based on the detail provided, grading and compacting subgrade, constructing the sidewalk surface, retaining curbs, restoring adjacent landscaping impacted by the work, restoring damaged irrigation system, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. The limits of this bid item shall be from the back of the proposed curb ramp/walkway to the top of the proposed walkway surface as determined in the field based on the grade constraints. Item No. 8 Excavate Roadway 10.5 Inches: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for verifying final limits of removals required with the Engineer, saw cutting and removing existing pavement, base and subgrade material, providing additional motorized street sweepers per Section 7-8.1, hauling and disposing the excavated material offsite, and all other work items as required to complete the work in place. Item No. 9 Localized 10.5 -Inch Full Depth AC Base Pave: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for compacting the subgrade material, applying a tack coat, spreading and compacting the asphalt concrete base course in the maximum thickness and number of lifts required per SSPWC (2015 Edition), protection of adjacent surfaces, and all other work items as required to complete the work in place. Measurement of this bid item shall only include asphalt designated for 10.5 -inch full depth AC Base Pave patching and shall not include incidental asphalt associated with slot paving areas and other miscellaneous temporary asphalt concrete that may be required. Item No. 10 3 -Inch Uniform Depth Cold Mill: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cold milling the asphalt concrete pavement, providing additional motorized street sweepers per Section 7-8.1, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place. Item No. 11 1 -Inch Minimum AC Leveling Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for reviewing the milled pavement surface, applying crack seal or crack filler in any area determined to required seal/filling, applying a tack coat, spreading and compacting the variable depth asphalt concrete leveling course and all other work items as required to complete the work in place. Page 14 of 39 Item No. 12 2 -Inch ARHM Surface Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying a tack coat, spreading and compacting the asphalt rubberized hot mix surface or finish course, protection of the surface course, and all other work items as required to complete the work in place. Item No. 13 Adjust CNB Manhole Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing the existing manhole frame and cover, temporarily lowering and/or covering the manhole to facilitate paving operation, reinstalling existing manhole frame and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 14 Remove and Install New CNB Water Valve Box Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing water valve box frame and cover, temporarily lowering and/or covering the valve can to facilitate paving operation, furnishing and installing a new water valve box frame and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 15 Remove and Install New Survey Monument Box Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing survey monument box frame and cover, temporarily lowering and/or covering the survey monument can to facilitate paving operation, furnishing and installing a new survey monument box frame and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 16 Adjust Monitoring Well Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and temporarily storing existing monitoring well frame and cover, temporarily lowering and/or covering the can to facilitate paving operation, furnishing and re- installing the monitoring well frame and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 17 Remove and Install New Pull Box to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and installing new electrical and traffic signal pull boxes to grade. Payment for this item will only be considered for those items identified on the plans and for which adjustments are required. Pull boxes within sidewalk to be replaced shall be protected in place and no additional payment will be allowed. This bid item includes installing base rock under the pull box, adjusting and setting the box to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Page 15 of 39 Item No. 18 Install New Traffic Signal Pull Box & Replace DLC Conductor to Signal Cabinet: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for utility locating and potholing to determine existing utilities within limits of new pull box, sawcut, excavation, and disposal of spoils, interception and cutting of existing conduit, or connecting to proposed conduit extension, installation of necessary sweep to join proposed pull box, obtaining and installing new pull box, disposal of existing DLC wire and installation of new DLC wire from proposed pull box to existing traffic signal conduit, repair of surface improvements/sidewalk, testing of the traffic signal system, and protection of all work and all other work items as required to complete the work in place. Item No. 19 Install Traffic Signal Conduit: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for utility locating and potholing to determine existing utilities within limits of new conduit run, installation of proposed conduit by open trench or directional boring based on contractor selected methods, any necessary sawcut, excavation, and disposal of spoils, connection of proposed conduit to existing pull box and installation of any necessary sweeps, backfill of trench, repair of surface improvements/sidewalk, protection of work, and all other work items as required to complete the work in place. Item No. 20 Remove and Install New IRWD Reclaimed Water Valve Frame and Cover to Grade per IRWD Std. No. W-22: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for, coordinating with IRWD regarding date and location of work, removing and disposing of the existing IRWD reclaimed water valve frame and cover, temporarily lowering and/or covering the can to facilitate paving operation, procuring and installing a new IRWD reclaimed water valve frame and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 21 Remove and Install New IRWD Water Valve Frame and Cover to Grade per IRWD Std. No. W-22: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for, coordinating with IRWD regarding date and location of work, removing and disposing of the existing IRWD water valve frame and cover, temporarily lowering and/or covering the can to facilitate paving operation, procuring and installing a new IRWD water valve frame and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 22 Adjust IRWD Sewer Manhole to Grade per IRWD Std. No. S-1: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for coordinating with IRWD regarding date and location of work, removing the existing IRWD manhole frame and cover, temporarily lowering and/or covering the manhole to facilitate paving operation, reinstalling existing manhole frame and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Page 16 of 39 Item No. 23 Install Type -E Traffic Loop: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for verifying the existing loop configuration and phasing prior to removing or damaging any existing traffic loops, upon completion of the paving operations marking and obtaining approval from the City on placement of the traffic loops, installation of the given traffic loop per City and Caltrans standard plan, sealing of the traffic loop runs, testing of the traffic signal system to ensure full operation of the presence and advance detection loops, restoring all existing improvements damaged by the work, and all other work items as required to complete the wok in place. Item No. 24 Install MOD Type -E Traffic Loop: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for verifying the existing loop configuration and phasing prior to removing or damaging any existing traffic loops, upon completion of the paving operations marking and obtaining approval from the City on placement of the traffic loops, installation of the given traffic loop per City and Caltrans standard plan, sealing of the traffic loop runs, testing of the traffic signal system to ensure full operation of the presence and advance detection loops, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 25 Install Type -D Bicycle Traffic Loop: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for verifying the existing loop configuration and phasing prior to removing or damaging any existing traffic loops, upon completion of the paving operations marking and obtaining approval from the City on placement of the traffic loops, installation of the given traffic loop per City and Caltrans standard plan, sealing of the traffic loop runs, testing of the traffic signal system to ensure full operation of the presence and advance detection loops, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 26 Provide 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 -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000 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. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. Page 17 of 39 PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as untreated base material, should it be required. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete leveling course shall be Type III -C3 -PG 64-10 (20% max RAP) Asphalt concrete base course shall be Type III -B2 -PG 64-10 (20% max RAP). 203-11 ASPHALT RUBBER HOT MIX (ARHM) 203-11.3 Composition and Grading Asphalt rubber hot mix finish or surface course shall be ARHM-GG-C. Page 18 of 39 SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized thermoplastic. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. Add Section 215 — TRAFFIC SIGNS SECTION 215 - TRAFFIC SIGNS Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (0.08 inch thickness). New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 21/4 inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. Page 19 of 39 This project includes Senate Bill 1 (SB1) funding. The Contractor shall procure and install one 96"x60" C48 (CA) construction project funding identification sign per this section. The sign specifications for C48 (CA) are included in Appendix E. Location of project funding sign shall be approved the Engineer prior to installation. Payment for procurement and installation of sign C48 (CA) shall be included as part of the Mobilization, Demobilization, and Cleanup bid item. Page 20 of 39 PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. Page 21 of 39 SECTION 302 - ROADWAY SURFACING 302-1 COLD MILLING OF EXISTING PAVEMENT 302-1.1 General The milled pavement shall be paved with asphalt concrete (base course, leveling course or finish course) on the same day that the cold milling is performed. The limits of work for each working day or night shall extend only as far as both cold milling and placement of asphalt concrete can be completed to assure that no pavement is left milled without placement of asphalt concrete base course, level course or finish course at the end of the each work day or night. 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General All cracks'/4-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas, no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top layer of asphalt concrete (finish or surface course) shall be placed in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. Holes, spalls, and cracks greater than 1/4 -inch in width shall be filled and compacted to 95% minimum. The pavement shall then be cleaned with a power broom. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish or surface course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in 302-5.6.2. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. Page 22 of 39 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall install or replace curb markings that indicate sewer laterals on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals. 303-5.5.4 Gutter The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-2.1 General The Contractor shall remove all existing traffic striping and pavement markings by grinding. Other methods such as sandblasting will not be allowed. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be lane marking paint applied at 15 mil in one coat, as soon as possible and within 24 hours after the finish course or slurry seal has been placed. The width of the temporary lane line stripes shall be one- half the width of the permanent final stripes. Temporary crosswalks and stop bars stripes shall be full width and shall be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" stripes shall also be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" will not be accepted as temporary striping. Upon completion of AC base or leveling course, temporary striping shall be installed. 314-4.2 Control of Alignment and Layout 314-4.2.1 General The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and Page 23 of 39 pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without proper striping over a weekend or holiday. Stop bars and crosswalks shall not remain unpainted overnight. 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 314-4.4.1 General The final reflectorized thermoplastic striping shall not be applied until the finish or surface course pavement has been in place for at least 10 days but no later than 15 days. The thermoplastic shall be applied at 1.5 mm (60 mil) to 2.0 mm (80 mil) thickness for all striping except crosswalks and limit lines which shall be 2.5 mm (100 mil) to 3.0 (120 mil) thickness. Striping shall be applied by extrusion method. Sprayable thermoplastic striping shall not be allowed. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior to application of thermoplastic striping. The primer shall be formulated for the intended application. The concrete surface shall be roughened along the thermoplastic striping. The width of the roughened concrete surface shall match the width of the striping. 314-5 PAVEMENT MARKERS 314-5.1 General Raised pavement markers shall not be placed until the finish or surface course pavement or slurry seal has been in place for at least 10 days but not later than 15 days. Page 24 of 39 Add Section 315 — TRAFFIC SIGN INSTALLATION SECTION 315 - TRAFFIC SIGN INSTALLATION Location of traffic signs shown on plans is approximate and shall be approved by the City prior to installation. Signs shall be installed at a clear height of seven feet at minimum unless otherwise shown on plans. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Anti -seize lubricant shall be applied to hardware/fasteners prior to installation. Refer to CNB DWG 924-L in Appendix F for typical sign installation. Page 25 of 39 PART 6 — TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-1 GENERAL Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 600-3 PEDESTRIAN ACCESS Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. Page 26 of 39 SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall submit to the Engineer, at least five working days prior to the pre - construction meeting, traffic control plans and/or detour plans for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be 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 or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. 5. At a minimum, the Contractor shall maintain one lane of traffic in each direction at all times when completing the work. Temporary striping may be required and shall be shown on the TCP. 6. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. Page 27 of 39 7. 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. 8. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. Page 28 of 39 PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 700 — MATERIALS 700-3 COMMON COMPONENTS 700-3.5 Conduit Traffic Signal and Interconnect It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble without the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. Quality Control All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. Page 29 of 39 PVC Schedule 80 Conduit The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell" end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduit shall be Carlon or Endot made or approved equal. 700-3.7 Pull Boxes Traffic Signal and Interconnect Pull Boxes Pull boxes shall conform to the provisions in the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions. All new pull boxes, each complete with cover, shall be pull box number 5 (PB#5), as noted on the Plans. PB#5 shall have nominal dimensions of 23.25 inch L x 13.75 inch W x 12 inch D, as stated in these Special Provisions and as per the Plans. The cover marking for each pull box containing fiber optic cable shall read "TRAFFIC SIGNAL" in one line and "FIBER OPTIC" on second line. The cover marking for each pull box not containing fiber optic cable shall only read "TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Splice boxes shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by the Engineer. Page 30 of 39 Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equal, unless otherwise noted on the Plans. Size #5 Box #5 Lid Splice Box & Lid Street Liahtina Pull Boxes Approved Models Christy N30 Electrical Box Christy FL30T Armorcast A600197APCX12 All new pull boxes shall be per CNB STD No. 204-L and per the Plans. 700-5 TRAFFIC SIGNAL MATERIALS 700-5.8 Detectors Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. SECTION 701 — CONSTRUCTION 701-17 TRAFFIC SIGNAL CONSTRUCTION 701-17.6 Detectors 701-17.6 Detectors The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Lead loops shall be installed per CNB STD DWG Nos. 923 -L-A and 923 -L -B included in Appendix F. Lead loops shall be modified Caltrans Type E, placed immediately behind the limit line/crosswalk. Remaining presence loops shall be Type E, spaced 10 feet apart and installed per Caltrans Standard Plans ES -5A and ES -513. Bicycle loops shall be Caltrans 3' x 6' Type D loop detector. All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. 701-17.6.3 Inductive Loop Detectors All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days after placement of pavement finish or surface course. Page 31 of 39 PART 8 - LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPING MATERIALS 800-1.1 Topsoil 800-1.1.1 General Topsoil shall be Class A (imported). SECTION 801 - INSTALLATION 801-1 GENERAL The landscape contractor or subcontractor shall provide a licensed Pest Control Advisor (PCA) prior to applying herbicide. The PCA will be responsible for preparing and approving a Pest Control Recommendation and providing Safety Data Sheets (SDS). These items shall be included with the herbicide submittal. The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall 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 with the City Arborist 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 City Arborist 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 Arborist for inspection. Upon inspection, the City Arborist 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 Arborist. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. Page 32 of 39 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 Prun a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City Arborist. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Page 33 of 39 APPENDIX A: PAVEMENT EVALUATION REPORT Page 34 of 39 �� • raf'S � , :y' w y "�. - ';� {a i�sy � �„w ' - y e k 1rt s�, `� ' ,r - �! � � _ + °° � � int.' �.` � � '� '*'� �•`.` %� `�� �. — o x + - " Y q _ .. 3� - _ g� _ �• off. •���so.��i�ll�f�Entl ���� City of Newport Beach: Ford Road and Bonita Canyon Pavement Evaluation Report June 12, 2019 GMU Project No. 19-051-00 GMU 23241 Arroyo Vista Rancho Santa Margarita, CA 92688 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California TABLE OF CONTENTS Description Page 1. INTRODUCTION.................................................................................................................. 3 1.1 PURPOSE............................................................................................................................. 3 1.2 SCOPE.................................................................................................................................. 3 2. LOCATION AND PROJECT INFORMATION.................................................................... 4 3. FIELD EXPLORATION............................................................................................................ 4 3.1 PAVEMENT SURFACE CONDITION ASSESSMENT.................................................... 4 3.2 PAVEMENT DEFLECTION TESTING............................................................................. 5 3.3 PAVEMENT CORINGS...................................................................................................... 5 4. LABORATORY TESTING.................................................................................................... 6 5. PAVEMENT ENGINEERING ANALYSIS.......................................................................... 6 6. CONCLUSIONS AND RECOMMENDATIONS................................................................. 7 6.1 GENERAL PAVEMENT REPAIR PROCESS AND TERMS ........................................... 7 6. 1.1 Localized AC Repairs.................................................................................................... 7 6.1.2 Mill-and-Overlay........................................................................................................... 8 6.1.3 Unstable Materials......................................................................................................... 9 6.2 DEFLECTION TESTING FINDINGS................................................................................. 9 6.3 AREA -SPECIFIC CONCLUSIONS AND PAVEMENT REPAIR RECOMMENDATIONS.......................................................................................................... 11 6.4 SPECIFICATIONS............................................................................................................. 12 7. EXPECTATIONS................................................................................................................. 13 7.1 REFLECTIVE CRACKING............................................................................................... 13 7.2 DESIGN LIFE.................................................................................................................... 13 8. LIMITATIONS.....................................................................................................................13 9. CLOSURE............................................................................................................................ 15 June 12, 2019 1 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California Attachments: Plate 1 — Location Map Plate 2 — Coring Location Map Plate 3 — AC Coring Summary Table Appendix A — Select Photographs Appendix B — Laboratory Data Summary June 12, 2019 2 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California 1. INTRODUCTION 1.1 PURPOSE This report presents a summary of our pavement evaluation of Ford Road and Bonita Canyon Drive from Jamboree Road to State Route 73 Toll Road Bridge. These roadway segments are located in the City of Newport Beach, California. An evaluation was performed to assess the existing condition of the roadways and to develop pavement repair recommendations to improve its condition. Information such as the pavements' current surface condition, coring data, laboratory testing results, and pavement's structural condition through falling weight deflectometer (deflection) testing was evaluated and analyzed to develop pavement repair recommendations to meet a 20 -year design life. 1.2 SCOPE The following scope of work was performed, as outlined in our scope and fee proposal dated January 25, 2019: 1. Pavement surface condition assessments were performed to identify distress types and severity levels in general accordance with ASTM D6433. 2. Pavement deflection testing was performed using a falling -weight deflectometer (FWD) to collect deflection data for pavement structural evaluation and overlay thickness analysis and design. 3. Coring locations were selected in areas of interest and delineated. Dig Alert was notified to identify potential conflicts with known underground utilities prior to drilling. 4. Asphalt concrete (AC) corings were performed at various locations throughout the roadway to measure and identify the various pavement layers, including AC thicknesses, aggregate base thicknesses (where present), and subgrade soil types. 5. Samples collected from the AC corings were returned to our laboratory and tested for various engineering properties, including R -value, soil classification, and moisture content testing. 6. Pavement engineering analysis was performed to develop pavement repair recommendations. 7. This report was prepared to summarize our work, findings, conclusions, and repair recommendations for the rehabilitation of Ford Road and Bonita Canyon Drive from Jamboree Road to State Route 73 Toll Road. June 12, 2019 3 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California 2. LOCATION AND PROJECT INFORMATION This project involved evaluating Ford Road and Bonita Canyon Drive from Jamboree Road to State Route 73 Toll Road, within the City of Newport Beach. The general location of the roadway segment is illustrated on Plate 1 — Location Map. Ford Road and Bonita Canyon Drive consists of two to three travel -lanes per direction. At intersections, one to two left -turn and one to two right -turn lanes exist. Raised landscaped median islands with curbs are present, separating the two directions of travel. The outside edges of the roadway are bounded by concrete curbs, gutters, and sidewalks. 3. FIELD EXPLORATION 3.1 PAVEMENT SURFACE CONDITION ASSESSMENT A pavement surface condition assessment was performed between April and June 2019. The type, severity, and extent of the various observed distresses were documented in general accordance with ASTM D6433. In summary, predominate distresses observed include: • Alligator cracking: low- to medium -severity; • Longitudinal cracking: medium- to high -severity; • Transverse cracking: medium- to high -severity; and • Weathering: medium to- high -severity Select photographs of the pavement surface condition is presented in Appendix A — Select Photographs. June 12, 2019 4 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California 3.2 PAVEMENT DEFLECTION TESTING Pavement deflection testing was performed on May 6, 2019 using a Dynatest falling -weight deflectometer (FWD) in accordance with Caltrans Test Method CT 356. In summary, this test method involved applying a 9,000 -pound impact load to the pavement surface and measuring the pavement's deflection response. Higher deflection readings generally indicate lower pavement structural strength. Tests were performed at approximately every 250 -foot intervals. A total of approximately 316 locations were tested. 3.3 PAVEMENT CORINGS Corings were performed at a total of 10 locations on April 3, and 4, 2019 within the subject roadway. The locations were selected based on the information gathered from a visual pavement surface condition assessment and the results of the pavement deflection tests. The corings were performed using a 6 -inch -diameter electric core drill. The thickness of the asphalt concrete (AC) and aggregate base (AB) layers, if observed, was recorded. The depth to subgrade and type of subgrade were also logged during the pavement corings. Bulk samples of the subgrade were collected and delivered to GMU's laboratory for further evaluation. The corings were backfilled with aggregate base and capped with asphalt cold patch. Based on our field exploration, we encountered the following: • Ford Road • The minimum and maximum AC layer thickness measured was 5.0 and 7.0 inches, respectively. The average AC thickness was approximately 6.0 inches. • The minimum and maximum aggregate base layer thickness measured was 5.0 and 18.0 inches, respectively. The average aggregate base layer thickness was 11.0 inches. In general, the aggregate base layer was dense to very dense based on the level of difficulty during excavation using hand tools. • Subgrade soil types encountered primarily consisted of clayey sand (SC) and silty sandstone (SM), sandy clay (CL), and silty sand (SM). In general, the subgrade soil appears to be medium dense to dense, or stiff based on the level of difficulty during excavation using hand tools. June 12, 2019 5 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California • Bonita Canyon Drive • The minimum and maximum AC layer thickness measured was 6.0 and 6.5 inches, respectively. The average AC thickness was approximately 6.2 inches. • The minimum and maximum aggregate base layer thickness measured was 10.0 and 24.0 inches, respectively. The average aggregate base layer thickness was 18.7 inches. In general, the aggregate base layer was dense to very dense based on the level of difficulty during excavation using hand tools and was likely cement -treated. • Subgrade soil types encountered primarily consisted of clayey sand (SC) and silty sandstone (SM), sandy clay (CL), and silty sand (SM). In general, the subgrade soil appears to be medium dense to dense, or stiff based on the level of difficulty during excavation using hand tools. The approximate locations of the AC cores are shown in Plate 2 — Coring Location Map. A summary of the AC coring data is presented in Plate 3 — AC Coring Summary Table. 4. LABORATORY TESTING Laboratory tests were performed on select samples obtained retrieved from the corings to evaluate various engineering properties of the subgrade soils. The laboratory tests performed include: • In-place soil moisture content and density; • Atterberg limits; • Particle size analysis; • Optimum moisture content and maximum dry density; • R -value; and • Maximum density and optimum moisture content. The results of the laboratory testing are summarized and presented in Appendix B. We note that aggregate base samples collected from coring locations C-1, C-7, and C-8 reacted when sprayed with phenolphthalein indicator solution. This observation suggest that the aggregate base layer may have been cement -treated during construction. 5. PAVEMENT ENGINEERING ANALYSIS Engineering analyses was performed in accordance with the Caltrans Highway Design Manual. Topic 633 of the Caltrans Design Manual was followed to develop pavement thickness design recommendations. This design method considers the relationship between the subgrade R -value, gravel factor of the various pavement layers, and the traffic index (TI). June 12, 2019 6 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California Topic 635 was followed to perform the pavement deflection testing and to analyze the pavements' structural adequacy. The data was reviewed develop overlay thickness recommendations. This design method considers the measured deflection reading and tolerable deflection measurement as a function of the TI and in-place AC thickness. Traffic indices (TI's) were provided to us for use in our analysis. The following 20 -year TI's were utilized: Table 1: Summary of Traffic Indices Utilized for Pavement Structural Analysis Roadway Limits 20 -Year TI Ford Road Jamboree Road to MacArthur Boulevard 9.0 Bonita Canyon Drive I MacArthur Blvd to State Route 73 SR -73 Toll Road 10.0 6. CONCLUSIONS AND RECOMMENDATIONS 6.1 GENERAL PAVEMENT REPAIR PROCESS AND TERMS To minimize repetitiveness, this section describes the various recommended processes and terms pertaining to the specific pavement repair recommendations section (Section 6.3) of this report. 6.1.1 Localized AC Repairs Localized AC repairs (i.e., dig outs or AC patches) consist of the following process: • Identifying areas containing medium- or high -severity alligator cracking or depression distresses (structural -related distresses) to 2 feet beyond the edge of the distress utilizing Caltrans' guidelines (Identifying & Repairing Localized Areas of Distress in AC Pavement Prior to Capital Preventive Maintenance or Rehabilitation Repairs); • Excavating and exporting materials at those locations to create room for replacement structural section; • Properly scarifying, mixing, and re -compacting the underlying exposed soil; and • Constructing the new full -depth AC pavement or composite AC/AB pavement structural sections. If thicker AC sections are encountered than what is recommended, we recommend that the thickness of the new replacement full -depth AC section be at least 1 -inch thicker than the existing pavement section. The material at the bottom of the excavation should be scarified to the depth of at least 6 inches, moisture conditioned to 2 percent above optimum moisture content, and re -compacted to at least 90 percent of the material's maximum dry density (ASTM D 1557). The intent of processing the underlying material is to achieve a uniform, firm, and non -yielding section to serve as a stable platform for the construction of the AC section. June 12, 2019 7 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California For these localized AC repairs, we recommend using a3/4 -inch AC mix (i.e., Greenbook Class B, Type IIIB2, or Type IIIB3) with PG 64-10 or PG 70-10 asphalt binder as the AC base course. If the composite pavement section is constructed (AC over AB), the recommended AB material is Greenbook crushed aggregate base (CAB), Greenbook crushed miscellaneous base (CMB), or Caltrans Class 2 aggregate base (AB). Performing localized AC repairs is necessary at locations containing medium- or high -severity structural related distresses (i.e., alligator cracking, potholes, depressions) prior to performing a mill -and -overlay (Section 6.1.2). If localized distressed areas are not fully captured, the source of the pavement deterioration (i.e., structural deficiency or unstable/soft subgrade) will not be properly addressed, leading to an AC or ARHM overlay that may not meet its intended design life. 6.1.2 Mill -and -Overlay Mill -and -overlay as discussed in this report consists the following process: • Performing localized AC repairs of areas containing medium- or high -severity distresses as described in Section 6.1.1; • Cold milling the existing AC surface to create room for the new AC leveling and ARHM overlay sections; • Constructing a 1.0 -inch thick AC leveling course section (Greenbook Type IIIC3 PG 64- 10 AC mix); and • Constructing a 2.0 -inch thick ARHM-GG-C overlay section (for San Joaquin Hills Road and Bison Avenue). The purpose of milling the AC pavement is to remove top-down pavement cracks, as well as to remove a portion of the aged and oxidized pavement material. Either a uniform -depth cold mill (i.e., remove 3.0 -inches from edge to edge of pavement) or a tapered -edge cold mill (i.e., 3.0 -inch edge grind or variable depth grind) can be performed to create room for the AC leveling course and ARHM overlay sections. Changes to cross -slope and surface drainage flow should be considered when performing the tapered -edge cold mill approach. The ARHM overlay serves to restore grade, improve surface appearance, and reestablish pavement smoothness. We recommend using ARHM-GG-C as the mix for the overlay material to help reduce reflective cracking potential. Generally, when the total area of localized AC repairs exceeds approximately 25 percent of the total roadway area, the localized repair and mill -and -overlay strategy becomes less economical from a life cycle cost basis, relative to complete reconstruction. For the mill -and -overlay to achieve its intended design life, it is assumed that all areas that warrant localized AC repairs are addressed (Section 6.1.1). This approach also assumes that all remaining areas that do not receive localized AC repairs are structurally adequate. June 12, 2019 8 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California 6.1.3 Unstable Materials Based on the soil types encountered and the moisture contents measured from select samples collected, it is our opinion that there is some potential for unstable materials to be exposed during construction. Areas with higher deflection measurements (generally 35 mils or more of deflection) will have greater potential for weak or wet subgrade conditions to be exposed during construction. If unstable materials are exposed, the following recommendations can be implemented. Unstable or soft subgrade conditions can be identified during construction by surface yielding under rubber - tired equipment loading and/or the inability to achieve proper compaction. The condition of the subgrade should be evaluated by GMU during the scarification and re -compaction efforts. Drying back of localized wet soil conditions can be performed to address unstable soils if time allows. If drying back soil is not a practical option, other remedial measures is recommended to stabilize the subgrade prior to placement of aggregate base and/or asphalt concrete. Depending on the extent and severity of the instability, the recommended measures to stabilize the subgrade include: • Removal of unstable soils to a depth of approximately 6 to 12 inches below the top of the unstable material, placement of geotextile material (Mirafi RS580i or equivalent) at the bottom of the excavation, and placement of aggregate base to replace the unstable soil. Shallow utilities at this depth of excavation may be encountered. • Increasing the AC base lift thicknesses by an additional 4 to 8 inches "bridge" over the unstable conditions. The recommended thicknesses of remediation could be greater, or less, depending on the conditions encountered. Any areas that require remediation should be observed by the geotechnical engineer to confirm the effectiveness of the recommendations provided herein. The intent of these recommended remediation methods is to achieve a non -yielding subgrade when subjected to relatively heavy, rubber -tired construction equipment loading such as a loaded water truck or loader with full bucket. The remediated areas should be proof -rolled with this type of equipment after remediation to confirm that the subgrade is unyielding. Pavement constructed on top of an unstable section will likely not achieve the required compaction and/or will experience reduced pavement life. 6.2 DEFLECTION TESTING FINDINGS The following table summarizes the deflection testing analysis and findings. June 12, 2019 9 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California Table 2: Deflection Analysis Summary and Findings June 12, 2019 10 GMU Project 19-051-00 80th Tolerable percentile AC Design Deflections of Thickness Area Traffic at Surface measured Findings for Index (TDS), surface Analysis mils deflection (Dao) Bonita Can on SR -73 to MacArthur Blvd Lane 1 10.0 >0.50-ft(t) 12.0 5.8 Structurally adequate (2) Lane 2 10.0 >0.50-ft(1) 12.0 5.1 Structurally adequate (2) Lane 3 W of SR -73 10.0 >0.50-ft(t) 12.0 14.4 Mill/overlay (3) undercrossin Left Turn Lanes 10.0 >0.50-0) 12.0 3.7 Structurally Onto SB SR- - adequate (2) 73 ram Left Turn Lane onto 10.0 >0.50-ft�i� 12.0 5.7 Structurally Westbound Chambord adequate (2) Left Turn Lanes onto 10.0 >0.50-ft�'� 12.0 4.3 Structurally adequate (2) Prairie Rd Left Turn Lanes onto 10.0 >0.50-ft(1) 12.0 10.8 Structurally adequate (2) Mesa View Dr Right Turn Lane onto 10.0 >0.50-ft(t) 12.0 4.5 Structurally adequate (2) Residencia Right Turn Lane onto1 10.0 >0.50 -ftp 12.0 5.4 Structurally MacArthur adequate (2) Blvd Lane 1 10.0 >0.50-ft(1) 12.0 5.8 Structurally ade uate(2) Lane 2 10.0 >0.50-ft(1) 12.0 6.5 Structurally ade uate(2) Lane 3 E of 10.0 >0.50-ft(i) 12.0 4.4 Structurally Eastbound MacArthur - adequate (2) Blvd Left Turn Lanes onto 10.0 >0.50 -ft(') 12.0 4.4 Structurally adequate (2) Residencia Left Turn Lane onto 10.0 >0.50-ft(1) 12.0 13.7 Mill/overlay (3) Mesa View Dr June 12, 2019 10 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California Note (1): Based on findings from coring or utilized conservatively assumed AC thickness when coring information is unavailable (thicker AC section corresponds to conservatively lower allowable deflection). Note (2): Although structurally adequate as -is, a mill -and -overlay is recommended to address aging/materials related surface distresses (longitudinal, transverse, block cracking and surface weathering/raveling) and extend pavement life. Note (3): Structurally inadequate to achieve 20 -year design life. Localized repairs to address areas of medium/high severity structural -related distresses are recommended, followed by a mill -and -overlay. 6.3 AREA -SPECIFIC CONCLUSIONS AND PAVEMENT REPAIR RECOMMENDATIONS It is our opinion the following factors contributed to the pavement deterioration of Ford Road and Bonita Canyon Drive: • More truck traffic in the outer lanes (Lane 2 along Ford Road between Jamboree Road and MacArthur) leading to more rapid deterioration of the pavement relative to other areas; • Longitudinal, transverse, and block cracking, as well as severe weathering are primarily aging and materials related distresses. Based on the age and overall condition of the June 12, 2019 11 GMU Project 19-051-00 Right Turn Lane onto 10.0 >0.504') 12.0 10.4 Structurally Mesa View Dr adequate(') Left Turn Lanes onto 10.0 >0.50 -ftp') 12.0 5.4 Structurally Prairie Rd adequate(z) Lane 3 Prairie Rd to 10.0 >_0.5041) 12.0 7.8 Structurally adequate (2) SR -73 Rams U -Turn at SR- 10.0 >0.5041) 12.0 13.2 Mill/overlay (3) 73 ramps - Ford Road (MacArthur Blvd to Jamboree Road) Lane 1 9.0 >0.504') 14.0 15.8 Mill/overlay (3) Localized Lane 2 9.0 >_0.5041) 14.0 29.0 repairs and Westbound mill/overlay (3) Right Turn Lane 9.0 >_0.5041) 14.0 23.9 Localized repairs and ontog Jamboree Road mill/overlay (3) Lane 1 9.0 >_0.5041) 14.0 19.2 Mill/overlay (3) Localized Lane 2 9.0 >_0.5041) 14.0 31.9 repairs and mill/overlay (3) Left Turn Lane ontoLocalized 9.0 >_0.5041) 14.0 26.5 repairs and South Hampton (3) Eastbound mill/overlay Left Turn Lane onto 9.0 >0.5041) 14.0 16.2 Mill/overlay(3) Southern Hills Dr Left Turn Lane onto 9.0 >0.5041) 14.0 15.9 Mill/overlay(3) Belcourt Dr - Left Turn Lanes ontoLocalized 9.0 >_0.5041) 14.0 23.7 repairs and MacArthur Blvd mill/overlay (3) Note (1): Based on findings from coring or utilized conservatively assumed AC thickness when coring information is unavailable (thicker AC section corresponds to conservatively lower allowable deflection). Note (2): Although structurally adequate as -is, a mill -and -overlay is recommended to address aging/materials related surface distresses (longitudinal, transverse, block cracking and surface weathering/raveling) and extend pavement life. Note (3): Structurally inadequate to achieve 20 -year design life. Localized repairs to address areas of medium/high severity structural -related distresses are recommended, followed by a mill -and -overlay. 6.3 AREA -SPECIFIC CONCLUSIONS AND PAVEMENT REPAIR RECOMMENDATIONS It is our opinion the following factors contributed to the pavement deterioration of Ford Road and Bonita Canyon Drive: • More truck traffic in the outer lanes (Lane 2 along Ford Road between Jamboree Road and MacArthur) leading to more rapid deterioration of the pavement relative to other areas; • Longitudinal, transverse, and block cracking, as well as severe weathering are primarily aging and materials related distresses. Based on the age and overall condition of the June 12, 2019 11 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California roadway, the extent of these distresses do not appear to be atypical. Surface milling will remove the aged/oxidized surface layer and allow a new overlay to be installed, which will address these surface cracks and allow a new structural wearing surface to be installed; and • Besides the areas recommended for localized repair, deflection testing analysis indicates the pavement is structurally adequate and will achieve a 20 -year design life when the recommended mill -and -overlay repair strategy is implemented. To achieve a 20 -year design life, we recommend performing localized AC repairs at locations containing structural related distressed per Section 6.1.1 of this report. In addition, a mill -and - overlay is also recommended upon completion of the localized repairs per Section 6.1.2. Pavement repair recommendations are summarized in the following Table 3. Table 3: Summary of Pavement Repair Recommendations for Ford Road and Bonita Canyon Drivel) Area Localized Repair Rec.(2) Mill -and -Overlay Rec.(4) Ford Road 10.5 -inch Full -Depth AC(3) (Jamboree Rd to Or 3.0 -inch Mill -and -Overlay MacArthur Blvd) 7.0 -inch ACP) over 8.0 -inch AB Bonita Canyon Drive 13.0 -inch Full -Depth ACP) (MacArthur Blvd to(3) Or 7.0 -inch AC over 15.0 -inch AB 3.0 -inch Mill -and -Overlay SR -73) Little to no localized repairs anticipated) Note (1): Recommended thicknesses shown are minimums. Note (2): Localized Repair per Section 6.1.1. Note (3): Represents total AC thickness (includes ARHM, AC leveling, and AC base course layers). Note (4): Perform Mill -and -Overlay per Section 6.1.2. 6.4 SPECIFICATIONS We recommend following the City of Newport Beach Specifications and the Standard Specifications for Public Works Construction (Greenbook) when implementing these repair recommendations. Requirements specified within the Greenbook should be followed, including but not limited to: • Pavement surface preparation and tack coat application prior to installation overlay; • Subgrade, aggregate base, and asphalt concrete relative compaction requirements; • AC and ARHM mixture requirements, including binder content, gradation, and Hveem Stability requirements; • AC paving operations, including temperatures, lift thicknesses, rolling patterns, and more. June 12, 2019 12 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California 7. EXPECTATIONS 7.1 REFLECTIVE CRACKING Reflective cracking is the propagation of the remaining underlying cracks through the new overlay. The rate at which remaining underlying cracks reflect through the surface is dependent on a number of factors that are challenging to predict. Some of these factors include the width of underlying cracks that remain after milling, variability in traffic loading, climate conditions (temperature swings resulting in expansion/contraction), and strength of the underlying section(s) supporting the overlay. The rule -of -thumb for reflective cracking is that cracks will propagate approximately 1 -inch per year. In other words, there is potential for underlying cracks to grow to the surface within approximately 2 years for a 2 -inch grind -and -overlay when using conventional AC. For improved reflective -cracking retardation, rubberized ARHM has been recommended for use on this project. To further reduce reflective cracking propagation, a pavement interlayer system, such as fiberglass -based interlayers or fiber -reinforced AC/ARHM mixes can also be used. 7.2 DESIGN LIFE Excluding the potential for reflective cracking to propagate sooner and assuming that construction is performed in accordance with our recommendations and specifications, we estimate that implementing the recommended pavement repair will meet the requested 20 -year design life. Please note, the pavement will develop distresses with time and should not be expected to remain completely crack free for the full duration of the 20 -year design -life period. Proper pavement maintenance, including localized AC repairs when needed, crack repairs, and proper maintenance, should be performed to achieve a full 20 -year design life. 8. LIMITATIONS These recommendations are only intended to support the pavement repair map for the subject site. All parties reviewing or utilizing this report should recognize that the findings, conclusions, and recommendations presented represent the results of our professional engineering efforts and judgments. Due to the inexact nature of the state of the art of these professions and the possible occurrence of undetected variables in subsurface conditions, we cannot guarantee that the conditions actually encountered during construction will be the same as those observed and sampled during our study or that there are no unknown subsurface conditions which could have an adverse effect on the use of the roadway. We have exercised a degree of care comparable to the standard of practice presently maintained by other professionals in the fields of geotechnical engineering and pavement engineering, and believe that our findings present a reasonably representative description of conditions and their probable influence on the grading and use of the streets. Surface cracks may develop sooner or later depending on a number of factors that are hard June 12, 2019 13 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California to predict or not provided to us, such as actual traffic volumes or the extent and severity of subsurface cracks that remain upon milling. Because our conclusions and recommendations are based on a limited amount of geotechnical exploration and analysis, all parties should recognize the need for possible revisions to our conclusions and recommendations during construction of the project. The recommendations provided in this report are based on the assumption that an adequate program of observations and testing will be conducted by our firm during the construction phases in order to evaluate compliance with our recommendations and to provide revised recommendations if necessary depending on conditions encountered. GMU's recommendations for this project are, to a high degree, dependent upon appropriate quality control of subgrade preparation, mix design compliance, and pavement construction processes. Accordingly, the recommendations are made contingent upon the opportunity for GMU to observe the proposed construction. If parties other than GMU are engaged to provide such services, such parties must be notified that they will be required to assume complete responsibility as the engineer of record of the project by concurring with the recommendations in this letter and/or by providing alternative recommendations. GMU performed its evaluation using the degree of care and skill ordinarily exercised under similar circumstances by reputable civil and/or geotechnical engineering professionals with experience in this area in similar soil conditions. No other warranty, either expressed or implied, is made as to the conclusions and recommendations contained in this report. This report has been prepared for the exclusive use of the City of Newport Beach in accordance with generally accepted pavement engineering practices. June 12, 2019 14 GMU Project 19-051-00 Mr. David Sloan, TAIT & ASSOCIATES, INC. Pavement Evaluation Report, Ford Road and Bonita Canyon Drive Rehabilitation Project (19R22, Contract No. 7588-1), City of Newport Beach, California 9. CLOSURE We appreciate this opportunity to provide our pavement evaluation services on you project. If there are any questions concerning our findings or recommendations, please do not hesitate to contact us and we will be happy to discuss them with you. Respectfully submitted, GMU GEOTECHNICAL, INC. Nadim Sunna, M.Sc., PE 84197 Senior Engineer y C5i529 �PSc., Ro W. Schlierkamp, . 81529 OFCAL►F�4 Director of Pavement En6neerik June 12, 2019 15 GMU Project 19-051-00 BONITA CANYON DRIVE NEWPORT BEACH, CA o 1000' 0 N = N n 20+0 ° 4-3+00 — 14+00 — _ Ts+oo C-3+oo - - - - _ _ — — Ford Rd Sta 10+00 - 22+74 / / 1 Scale: 1": 100' D(D N N 0 ,�1 X101CL _ — z v n C=i N U) N n D C-.55 i 7 00 - � � 28+0 -_ NAS'A 29+00 n m 30+00 31+ _ Opp RD— °� 2 d -Rd- - � Scale: 1": 100' Q N — 45+00 r 44 W _ �Ci-5 - " " " — m1C11oo _ — w 48 p0- _ — + -j — — — — — +00 _ ---_ W — RD w FORD C°— M -- -- -- Co -_-- -- GEOTECHNICAL LEGEND a Ford Rd Sta 36+74 - 46+41 0 C-10 APPROXIMATE LOCATIONI � OF CORING HOLE 3 Scale: 1" :100' s it D r � m m� N ' 1 1�--1-1 1 1 •. �� 1 1 _ 1 1 .• 1 1 1 1 1 BRIDGE Bonita Canyon Dr Sta 60+13 - 73+77 Scale: 1" : 100' J PCC DECK BRIDGE T w z r I¢ IU Co .�r - Li ❑ W - n Z + J Ch = n U Cn - 72+00 Co ? -m N m C-8 x � � w Co C- 10 — I—+— I— —}—� — CATAYON�� Bonita Canyon Dr Sta 73+77 - 87+55 Scale: 1:1 GEOTECHNICAL LEGEND C-10 APPROXIMATE LOCATION Q) OF CORING HOLE C-7 92+00 — Imo— —F —t— — - BflNITAr C�►WMI DR V W a -Z PCC DECK BRIDGE GEOTECHNICAL LEGEND C-10 APPROXIMATE LOCATION 0 OF CORING HOLE n Dr Sta 87+55 - 101+44 Scale: 1" : 100' o Plate 3 - AC Coring Table Bonita Canyon Drive & Ford Road (SR -73 to Jamboree Road) AOVMuI I V 1"Wr1 V PAVEMENT E N G I N E E R I N G Core ID C-3 C-4 C-2 C-5 C-1 C-6 C-10 C-8 C-9 C-7 Core Ford Rd Ford Rd Ford Rd Ford Rd Bonita Cyn Dr Bonita Cyn Dr Bonita Cyn Dr Bonita Cyn Dr Bonita Cyn Dr Bonita Cyn Dr Eastbound Westbound Eastbound Westbound Eastbound Westbound Eastbound Westbound Eastbound Westbound Location Lane 1 Lane 2 Lane 2 Lane 1 Lane 2 Lane 1 Lane 1 Lane 2 Lane 3 Lane 2 6.0 inches thick 5.0 inches thick 6.0 inches thick 7.0 inches thick Alligator cracking Medium- to high- 6.0 inches thick 6.0 inches thick 6.5 inches thick 6.0 inches thick above a utility trench, severity weathering, . 60 inches thick 6. 5 inches thick Medium -severity Medium- to high- severe weathering medium -severity Medium- to high- Medium -severity Medium- to high- Medium- to high- weathering and long. Asphalt severity weathering alligator cracking longitudinal cracking severity weathering severity weathering cracking Concrete severity weathering, Medium- to high- Medium- to high - (AC) Layer No cracking Cracking extends Cracking extends adjacent low- Cracking extends No Cracking severity weathering severity weathering No Cracking Crack extends through through entire AC through entire AC block medium -severity block through entire AC 2.5 -inch thick cap 2.5 inches thick top section section cracking, above a section 2.0 inches thick top No Cracking No Cracking 2.5 inches thick top AC lift trench backfill AC lift AC lift 2.5 inches thick top 2.5 inches thick top 2.5 inches thick top AC lift AC lift AC lift 10 inches thick 24 inches thick 23.5 inches thick 18 inches thick 8.0 inches thick 5.0 inches thick 18 inches thick 15.0 inches thick 13.0 inches thick 3/4 inch AB with yellow 3/4 inch AB with brown 3/4 inch AB with brown 21.5 inches thick 3/4 inch AB with brown Aggregate 3/4 inch AB with brown 3/4 inch AB with brown 3/4 inch AB with yellow 3/4 inch AB with brown brown silty sand, dry to silty sand, damp, very silty sand, damp, very silty sand, damp, very silty sand, moist, very 3/4 inch AB with brown silty sand, moist to brown silty sand, silty sand, damp, very damp, very dense/hard, fine to dense/hard, fine to 3/4 inch AB with brown dense/hard, fine to Base (AB) dense, fine to coarse silty sand, damp, very very moist, very moist, very dense, fine dense/hard, fine to dense/hard, fine to coarse grained sand; coarse grained sand; silty sand, damp, very coarse grained sand; Layer grained sand; sub- dense, fine to coarse dense, fine to coarse to coarse grained coarse grained sand; medium grained sand; sub -angular sub -angular dense, fine to coarse sub -angular angular aggregate grained sand; sub- grained sand; sub- sand; sub-angluar AB is very hard which AB is very hard which aggregate, AB is very aggregate, AB is very gained sand aggregate, AB is very angular aggregate ggaggregate an ular aggregate suggests possible gg p suggests possible hard which suggests gg hard which suggests gg hard which suggests gg cement treatment cement treatment possible cement possible cement possbile cement treatment treatment treatment 15.5 to 36 inches depth: CLAYEY SAND (SC); 19 to 36 inches depth: medium brown, moist 17 to 36 inches depth: to very moist, medium SILTY SAND (SM); CLAYEY SAND (SC); dense to dense, fine yellow brown with orange and gray 21 to 67 inches depth: orangish to yellowish 30 to 60 inches depth: grained sand clasts, damp, medium 10 to 48 inches depth: CLAYEY SAND (SC); brown, damp, medium SANDY CLAY to 21.5 to 54 inches dense to dense, fine to SILTY SANDSTONE 24 to 54 inches depth: yellowish brown, very dense to dense, fine to 30 to 71 inches depth: CLAYEY SAND (CL- depth: 24 to 84 inches depth: 36 to 42 inches depth: coarse grained sand (SM); orangish brown, SILTY SAND (SM); moist, medium dense medium grained sand CLAYEY SAND (SC); SC); olive brown with CLAYEY SAND (SC); CLAYEY SAND (SC); SILTY SAND (SM); moist, very dense, fine orangish brown, moist, to dense, fine to olive brown with clasts orange and gray olive brown to dark yellow, damp to moist, Subgrade orangish brown, damp, 36 to 48 inches depth: to medium grained medium dense to medium grained sand; 36 to 39 inches in of gray and orange, clastsvery moist to brown with gray and medium dense to dense, fine grained SILTY SANDSTONE sand, some clay dense, fine to medium some roots, siltstone depth: very moist, medium , wet, medium dense to yellow clasts, moist, dense, fine to medium sand; possible trench yellow brown, pockets grained sand, some fragments and clay SILTY SANDSTONE dense to dense, fine to dense, fine to medium medium dense to grained sand, some bedding(SM); claypockets P (SM); yellow brown, medium grained sand dense, fine to coarse SANDY CLAY (CL) damp, dense, fine to damp, dense, fine to grained sand; grained sand 42 to 62.5 inches coarse grained sand, coarse grained sand; fragments of siltstone depth: SANDY CLAY some clay interbedded clayey (CL); medium brown siltstone and gray, very moist, stiff, fine grained sand Maximum Depth 62.5 inches 48 inches 84 inches 54 inches 67 inches 39 inches 71 inches 60 inches 54 inches 84 inches City of Newport Beach Bonita Canyon Dr./Ford Rd. 1 of 1 Appendix A Select Photographs uI I %J11VIIJ PAVEMENT ENGINEERING Photo 1: Coring at location C-1. Core located over medium -severity longitudinal cracking within Bonita Canyon Drive. Photo 2: Coring at location C-2. Core located over an area containing medium -severity alligator cracking and medium- to- high -severity weathering on Ford Road. Appendix A AFOM u' ' Page 2 of 3 %aFir Ii ww Mo 17 1,4 17 tjj hy ,gg N . r � Appendix B Laboratory Data Summary uI I %allvili PAVEMENT ENGINEERING GEOTECHNICAL, INC. TABLE B-1 SUMMARY OF SOIL LABORATORY DATA Sample Information Geologic 9 Unit USCS Group Symbol In Situ Water Content, % In Situ Dry D Unit Weight, pcf In Situ Satur- ation, % Sieve/Hydrometer Atterberg Limits Compaction Expansion Index R -Value Chemical Test Results BoringDepth, p Number feet Elevation, feet Gravel, Sand, <#200, <2 p' % % % % LL PL PI Maximum Optimum p Dry Unit Water Weight, Content, pcf % pH Sulfate (ppm) Chloride (ppm) Min. Resistivity (ohm/cm) C- 1 0.5 NA Qafc SC 9.6 C- 1 1.75 NA Qafc SC 14.8 30 28 17 11 43 C- 1 1.76 NA Qafc Sc 16.4 103 72 C- 2 0.8 NA Bedrock SM 2 58 40 C- 2 0.9 NA Bedrock SM 7.9 111 43 C- 3 1.3 NA Qafc SC 25.5 47 44 20 24 38 C-5 2 NA Qafc SM 121.0 12.0 C- 5 2.1 NA Qafc SM 15.4 C-6 1.4 NA Qafc Sc 1 49 50 C-7 2 NA Qafc Sc 15.0 30 28 C-7 2.1 NA Qafc Sc 18.0 106 84 C-9 2.3 NA Qafc SC 123.5 11.0 C-10 2.5 NA Qafc SC 16.1 T Project: City of NB Bonita Canyon Drive Pavement Rehab Project No. 19-051-00 GEOTECHNICAL, INC. 80 70 CH or OH 60 CL or OL Oe FL m MH r OH X 50 Lu r OL CL- L D z_ "A" LINE ~ 40 U H Cn a J a 30 20 Z 10 � 0 0 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT, LL Boring Depth Geologic Test Water LL PL PI Classification Number (feet) Unit Symbol Content (%) C- 1 1.8 Qafc • 15 28 17 11 CLAYEY SNAD (SC) a C- 3 1.3 Qafc m 26 44 20 24 CLAYEY SNAD (SC) 0 0cD �o CD 2 0 0 0 N O m U) F d N H J �I W [D W F H al C7 ATTERBERG LIMITS Project: City of NB Bonita Canyon Drive Pavement Rehab (mEuProject No. 19-051-00 GEOTECHNICCALL-INC. CL or OL m MH r OH ML r OL CL- L 140 Density, pcf Moisture Content, /o Classification C- 5 2.0 Qafc • 121 12 CLAYEY SAND (SC) C- 9 2.3 Qafc m 123.5 11 CLAYEY SAND (SC) SG=2.60 SG=2.70 135 130 125 120 C 115 CL z 110 Lu 0 0 105 100 95 90 85 80 0 10 20 30 40 50 MOISTURE CONTENT (%) m N_ 'a 0 Boring Depth Geologic Maximum Optimum 4 Number (feet) Unit Symbol Dry 0 m LU LU �i a z 0 Q U Q IL 0 0 U �I U' COMPACTION TEST DATA Project: City of NB Bonita Canyon Drive Pavement Rehab Project No. 19-051-00 rimu Density, pcf Moisture Content, /o Classification C- 5 2.0 Qafc • 121 12 CLAYEY SAND (SC) C- 9 2.3 Qafc m 123.5 11 CLAYEY SAND (SC) oomuI I %xi"Vili PROJECT NAME: SAMPLE LOCATION: SAMPLE DESCRIPTION: SAMPLED BY: R -VALUE TEST REPORT .CT -301 ASTM -D2844 City of NB Bonita Canyon Drive Pavement Rehab PROJECT NUMBER: 19-051-00 C-1 SAMPLE NUMBER: C-1 CLAYEY SAND (SC) SAMPLE DEPTH: 1.75-5.6 DW TESTED BY: CC DATE TESTED: 4/30/2019 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 16.0 13.1 11.9 WEIGHT OF SAMPLE, grams 1140 1105 1066 HEIGHT OF SAMPLE, Inches 2.65 2.51 2.40 DRY DENSITY, pcf 112.4 118.0 120.3 COMPACTOR AIR PRESSURE, psi 120 210 320 EXUDATION PRESSURE, psi 179 337 557 EXPANSION, Inches x 10exp-4 0 20 35 STABILITY Ph 2,000 lbs (160 psi) 114 64 51 TURNS DISPLACEMENT 4.74 4.30 3.90 R -VALUE UNCORRECTED 18 47 58 R -VALUE CORRECTED 18 47 58 EXPANSION PRESSURE (psf) 0.0 86.4 151.2 90 80 70 60 w 50 M J 40 30 20 10 CaT/Rl1*V6MWill BYT, II[a] klI9 *&-1110 0 4t0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) R -VALUE AT EQUILIBRIUM: 43 R -VALUE BY EXUDATION PRESSURE: 43 R -VALUE BY EXPANSION PRESSURE: N.A. EXPANSION PRESSURE AT 300 PSI EXUDATION: 70 TRAFFIC INDEX (Assumed): 5.5 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/m^3 (Assumed): 1 2100.0 500 450 iy 400 d 350 W 300 cn L7 250 W W 200 a Z 150 0 us 100 Z d50 X W 0 0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE U 0.0 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) opmkA1 1 %silrili PROJECT NAME: SAMPLE LOCATION: SAMPLE DESCRIPTION: SAMPLED BY: R -VALUE TEST REPORT .CT -301 ASTM -D2844 City of NB Bonita Canyon Drive Pavement Rehab PROJECT NUMBER: 19-051-00 C-3 SAMPLE NUMBER: C-3 CLAYEY SAND (SC) SAMPLE DEPTH: 1.3 - 5.2' DW TESTED BY: CC DATE TESTED: 4/29/2019 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 22.3 19.1 17.4 WEIGHT OF SAMPLE, grams 1085 994 973 HEIGHT OF SAMPLE, Inches 2.67 2.43 2.34 DRY DENSITY, pcf 100.7 104.0 107.4 COMPACTOR AIR PRESSURE, psi 120 140 170 EXUDATION PRESSURE, psi 167 227 497 EXPANSION, Inches x 10exp-4 9 51 82 STABILITY Ph 2,000 lbs (160 psi) 130 70 58 TURNS DISPLACEMENT 5.01 4.99 4.51 R -VALUE UNCORRECTED 10 39 49 R -VALUE CORRECTED 11 37 45 EXPANSION PRESSURE (psf) 38.9 220.3 354.2 90 80 70 60 w 50 M J 40 30 20 10 Will BYT, II[a] kiI9 7*& -1110 0 4t0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) R -VALUE AT EQUILIBRIUM: 38 R -VALUE BY EXUDATION PRESSURE: 41 R -VALUE BY EXPANSION PRESSURE: 38 EXPANSION PRESSURE AT 300 PSI EXUDATION: 150 TRAFFIC INDEX (Assumed): 5.5 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/m^3 (Assumed): j 2100.0 500 450 iy 400 d 350 W 300 L7 250 W W 200 a Z 150 0 us 100 Z d50 X W 0 0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE •�1 IN Ee r U 0.0 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) Ap"uI I %silvili PROJECT NAME: SAMPLE LOCATION: SAMPLE DESCRIPTION: SAMPLED BY: R -VALUE TEST REPORT .CT -301 ASTM -D2844 City of NB Bonita Canyon Drive Pavement Rehab PROJECT NUMBER: 19-051-00 SAMPLE NUMBER: C-7 CLAYEY SAND (SC) SAMPLE DEPTH: 2-7 DW TESTED BY: CC DATE TESTED: 4/29/2019 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 17.0 16.0 15.0 WEIGHT OF SAMPLE, grams 1029 999 991 HEIGHT OF SAMPLE, Inches 2.50 2.35 2.30 DRY DENSITY, pcf 106.7 111.1 113.5 COMPACTOR AIR PRESSURE, psi 155 190 195 EXUDATION PRESSURE, psi 229 310 453 EXPANSION, Inches x 10exp-4 12 43 65 STABILITY Ph 2,000 lbs (160 psi) 101 88 59 TURNS DISPLACEMENT 4.09 4.31 4.42 R -VALUE UNCORRECTED 26 32 49 R -VALUE CORRECTED 26 29 44 EXPANSION PRESSURE (psf) 51.8 185.8 280.8 90 80 70 60 W 50 M J 40 30 20 10 Will BYT, II[a] kiI9 7*& -1110 0 4t0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) R -VALUE AT EQUILIBRIUM: 2$ R -VALUE BY EXUDATION PRESSURE: 28 R -VALUE BY EXPANSION PRESSURE: 37 EXPANSION PRESSURE AT 300 PSI EXUDATION: 175 TRAFFIC INDEX (Assumed): 5.5 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/m^3 (Assumed): 1 2100.0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 500 450 --- --- ------ --- --- --- --- LL 400 --- --- --- --- --- --- --- --- d 350 --- --- --- --- --- --- --- --- W 300 --- --- --- --- --- --- --- --- 250 --- --- --- L7 --- --- --- --- W W200 --- --- --- -- --- --- --- --- a Z 150 --- --- --- --- --- --- --- --- 0 fn 100 --- --- - - --- --- --- Z d50 --- -- --- - --- --- X W 0 0 100 200 300 400 500 600 700 80 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE MUME_.............................. .......... U 0.0 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) APPENDIX B: IRWD PROCEDURAL GUIDELINES & GENERAL DESIGN REQUIREMENTS Page 35 of 39 PROCEDURAL GUIDELINES AND GENERAL DESIGN REQUIREMENTS DEVELOPMENT SERVICES t� QQ 464 1 WllVE RANCH WATER DISfRlff The following Standard Water Notes shall be included on all improvement plans for the installation of domestic water systems: A. All water system work shall conform to the District's "Procedural Guidelines and General Design Requirements" and "Construction Manual", as last revised. B.. A pre -construction conference of representatives from affected utilities, agencies and the contractor shall be held on the job site (or a location approved by the District) at least forty-eight (48) hours prior to the start of work. C. The District Engineering Office shall be called for inspection forty-eight (48) hours before start of work at (949) 453-5615 or (949) 453-5300. D. The proposed water system is to be staked at a minimum 50 -foot stationing if there are no existing curbs. E. Water meters shall not be located within a driveway or sidewalk. All water service laterals shall be constructed perpendicular to the water main without bends or angles from the connection point on the main. F. All main line valves shall be maintained so as to be accessible during tract development and construction. All valve stem tops having over 60 -inches of cover require an extension meeting District standards. G. In residential streets, the top of the pipe, 10 -inches and smaller, shall be a minimum of 42 -inches below the finished street surface and 48 -inches below finished street surface for all pipe 12 -inches in diameter and larger. H. All fire hydrants shall be set with the bottom flange 4 -inches above the concrete pad or sidewalk using one scored -spool as indicated in the Construction Manual and shall be located a minimum of 3 feet from the ECR or BCR at intersection. I. All water mains 4 -inches through 12 -inches shall be SDR -14 or thicker and shall not be rated less than pressure class 200, AWWA C-900 PVC, unless otherwise approved by the District. No "hot -taps" or other tie-in connections shall be made to existing District water mains prior to conducting and passing an approved pressure test and a bacteriological test on the new water distribution system. K. Tapping sleeves, where called for on the plans, shall be pressure tested in an approved manner in the field, in the presence of the District representative, prior to tapping the main line. Tapping of the main line shall not proceed unless a District representative is present. Size on size taps of water mains are not allowed. Procedural Guidelines Section 3 — Design Criteria, Domestic Water Facilities Revised July 2016 70 Page 4 of 6 L. Where meters and meter boxes are located within slopes, the angle meter stops shall be located such that the meters and boxes are parallel and flush, with the finished surface. Wherever the surrounding grade exceeds eight (8%) percent, or in the opinion of the District representative, the adjacent slope is too great, a small retaining wall, clear of the meter box, shall be constructed to the satisfaction of the District representative. M. Curb faces shall be inscribed with the letter "W" indicating locations of all domestic water services. Letter inscription shall be made using a 4 -inch power tool wheel grinder. N. hldividual pressure regulators are required by the Uniform Plumbing Code if average static pressure in the main is 80 psi or more. O. Curbs shall be inscribed with tie downs for all valve locations. Letter inscriptions shall be made using a 4 -inch power tool wheel grinder. P. The contractor shall expose all points of connection to the existing domestic water system for verification of horizontal and vertical location before construction. Q. Final Inspection for waterlines must include water samples that will be tested for the presence of bacteria, conductivity, turbidity and odor. The turbidity must be less than 2.5 NTU and the odor must be less than 1.0 TON, not to include chlorine odor, to be acceptable. Two (2) consecutive "passing" samples are required for acceptance. R. The contractor working on IRWD waterlines must have a C-34 license issued by the State Contractor's License Board or Class "A" General Contractors license (with special approval of the District, based upon actual water and sewer pipeline construction experience.) S. Contractor shall obtain and show proof of a construction dewatering permit from the state of California, Regional Water Quality Control Board prior to the start of construction. T. All butterfly valves 12 -inches in diameter and larger shall be flanged and shall be bi-directionally tested with the operator installed in accordance with the District's requirements outlined in the Construction Manual. 3.11 Miscellaneous Standard Guidelines A. Separate quantity estimates are to be included on the plans to indicate quantity of pipe, number of hydrants, valves, fittings, services, meter boxes, etc. B. The plans shall show, in plan and profile views, the position of all other known existing underground utilities as well as proposed underground utilities. Vertical Procedural Guidelines Section 3 — Design Criteria, Domestic Water Facilities Page 5 of 6 Remised July 2016 71 clearance at crossings shall be indicated by showing top of pipe and bottom of pipe elevations at the point of intersection. C. Temporary flush -out assemblies shall be installed at the end of all mains and large service stub -outs for testing and flushing purposes. D. Air and vacuum relief valves shall be installed at all high points of water mains in accordance with the District Construction Manual. E. Water sample stations shall be provided for each contiguous water service area. Where there are separate pressure zones, a separate water sample station shall be provided for each zone in a location approved by the District. F. Water mains to be constructed in landscape slopes and within easements shall be constructed with C-900 or C-905 class 200 PVC pipe. Slope anchors may be required in accordance with the District Construction Manual dependent upon the grades and local soil conditions. Thrust blocks will also be required at the angle points at both top and bottom of the slope. Procedural Guidelines Section 3 — Design Criteria, Domestic Water Facilities Revised July 2016 72 Page 6 of 6 small (well -trimmed) shrubbery may be permitted, so long as it is consistent with the landscape plan approved by the District. The following notes must appear on the plans under Standard Sewer Notes. A. The sewer system is to be installed by the developer. All sewer work shall conform to the District's "Procedural Guidelines and General Design Requirements" and "Construction Manual", as last revised. B. The sewer contractor shall have a copy of the District's Construction Manual on the job. C. The contractor shall obtain a City or County permit for work done on public right-of-way. D. The District Engineering Office shall be called for inspection forty eight (48) hours before start of work at (949) 453-5615 or (949) 453-5300. E. A pre -construction conference shall be held 48 hours before starting construction work. F. The contractor shall expose all join points to the existing sewer system for verification of location and elevation before construction. G. Stations shown as --00.00 are sewer stations and are independent of all other street and pipeline stations. H. All laterals are to be staked by a surveyor before trenching and a complete set of cut sheets supplied to the District Representative. I. All sewer manhole lids are to have "IRWD" cast thereon as shown in the District Standard Drawings. J. The District will inspect and test the sewer collection system and lateral sewers to the lateral connection at property line clean-out, terminal clean-out or manhole. Privately owned sewer laterals, house laterals or building sewer laterals from the property line clean-out onto private property will be inspected and tested by the appropriate City or County building agency. K. Infiltration and air testing of sewer lines shall be in accordance with the District's "Procedural Guidelines and General Design Requirements" and "Construction Manual", as last revised. Procedural Guidelines Section 4— Design Criteria. Sewer Facilities Remised July 2016 83 Page 1 I of 12 L. All sewer lines shall be cleaned via "Hydro jet cleaner" or "Wayne Ball" in the presence of the District Representative before completion of all leakage tests. M. Pipeline leakage tests shall be made in the presence of the District Representative, only after backfill has been completed, compaction tests on backfill have been made, and the backfill has been accepted by the District Representative and has received written certification from the geotechnical engineer. N. All sewer main lines shall be inspected by the District and then shall be CCTV video inspected (by IRWD forces or an approved private contract company under the observation of the District Representative) using a high-resolution closed circuit television system. A DVD video recording shall be made of the inspection and provided to the District Representative. O. The contractor is to provide the District with an as -built set of construction plans. P. Before final acceptance, the developer's engineer signing the plans shall furnish the District with a set of as -built mylars, a PDF scan of the red -line mark-up and an as -built CAD file of the sewer plan. Q. Curbs shall be inscribed with an "S" indicating locations of all sewer laterals using a 4 -inch power tool wheel -grinder. R. Curbs shall be inscribed with tie downs for all manhole locations using a 4 -inch power tool wheel -grinder. S. The contractor working on IRWD sewer mains must have a C-34 license or a Class A Contractors license. T. Manholes deeper than twenty (20') feet shall have steel -reinforced concrete bases. Reinforcement shall be provided for the specific soils conditions at each deep manhole location. The reinforcement design shall be submitted to the District under the signature and stamp of a Licensed California Civil Engineer. Add the following notes to plans having on-site work which will be dedicated to the District: U. Trench backfill, on all sewer and water to be dedicated to the District, shall be compacted to 90% relative density as determined by test method ASTM 1557. Tests will be required every two hundred (200') feet of trench and every two (2) feet of rise (backfill) or as determined by the District Representative. The developer shall submit written results of compaction testing to the District prior to acceptance. If the trench location is within dedicated street or future street right-of-way, compaction shall be as required by the local governmental agency having jurisdiction, but in no case, less than 90% relative compaction. Procedural Guidelines Section 4 — Design Criteria; Sewer Facilities Revised Jrily 2016 84 Page 12 of 12 State Health Department regulations require a 10 -foot minimum horizontal separation between domestic water and recycled water or sewer lines. There are special construction methods which may be used where this separation cannot be achieved. Refer to the District Construction Manual and District Standard Drawings therein. Separation other than the Health Department minimums must be approved by the District Engineer. 5.3.6.2 Vertical Separation Domestic water, recycled water, and sewer lines are typically located vertically from the street surface down in order of decreasing quality. Domestic water will be the shallowest and sewer mains will be the deepest. Refer to the District Construction Manual and District Standard Drawings therein. 5.3.7 Water Service Materials and Sizes Approved materials and manufacturers for various service materials and connections are listed in the Standard Specifications sections contained in the District Construction Manual. The minimum recycled service size shall be 1 -inch and made of copper tubing. Service sizes will be shown on the plan. Service sizes available are 2" (which shall be copper), 4", 6", 8" and 10"; no other sizes will be allowed. 5.3.8 Water Meters All water meters will be furnished by the District subsequent to payment of all applicable fees and posting of all required bonds. Temporary water meters (up to 3 -inch in diameter) shall be applied for through the IRWD Customer Services Department. Larger (4 -inch and greater) diameter temporary services shall be requested through Development Services of the Engineering Department with a proper engineering plan set. Refer to the District's "Procedure For Temporary Construction Meters". The following notes must appear on all plans for construction of off-site recycled water facilities and be identified as "Recycled Water Notes." In addition the Standard Water Notes shown in Section 3.10 of this Guide must appear on the plan as well. (1) All off-site recycled water systems shall be constructed in accordance with the requirements of the potable water systems. (2) Recycled water pipe shall be purple PVC C-900 pipe marked as required by IRWD standards to identify it as recycled water. CML&C Steel Pipe or DIP may be used with the approval of IRWD but it must be marked with purple marking tape. (3) All 1 -inch and 2 -inch copper services shall be wrapped continuously with purple marking tape from end to end. Procedural Guidelines Section 5 — Design Criteria Public (Off -Site) RW Facilities Page 3 of4 Revised Aly 2016 87 c d c c Ll 0 0 PAVED CONDITION TURF BLOCK UNPAVED CONDITION CONDITION O'CLOCK POSITIONS NOTE: SEE SHEET 2 OF 2 FOR NOTES. 4 AX. ITEM MATERIALS OSTENCILED WARNING SIGN. SEE DETAIL ON SHEET 2. O—FRAME & COVER PER IRWD STD. SPEC. SECTION 03461. SEE DETAIL ON SHEET 2. OROUND CLASS "B" CONCRETE COLLAR AND AC OPAVEMENT. 4 —SQUARE CLASS "B" CONCRETE PAD REINFORCE WITH 6"X6" W.W.F. 10 GAUGE CENTERED IN CONCRETE. OSHAFT JOINT WITH JOINT SEALING COMPOUND. SEE NOTE 8 ON SHEET 2. O—CONCRETE MANHOLE BASE, CAST IN PLACE PER IRWD STD. SPEC. SECTION 03300. SEE NOTES 6 AND 8 ON SHEET 2. OCONCRETE BLOCK AND/OR BRICK SUPPORT. SEE NOTE 4 ON SHEET 2. O—MANHOLE LINER (WHERE REQUIRED) PER IRWD STD. SPEC. SECTION 09880 OR 09960. APPLY NON—SKID SURFACE ON OTOTAL SHELF AREA. 9 PRECAST CONCRETE MANHOLE SHAFT, MINIMUM WALL THICKNE PER IRWD STD. SPEC. SECTION 03461, AND AS NOTED BELOW: 48" DIA MANHOLE 6" WALL THICKNESS 60" DIA MANHOLE 6" WALL THICKNESS 72" DIA MANHOLE 7" WALL THICKNESS &INSTALL 16" LONG VCP PIPE THROUGH MANHOLE BASE FOLLOWED BY A 12" LONG VCP PIPE, AS SHOWN, FOR FLEXIBILITY. FOR PVC PIPE, REFER TO "PVC PIPE CONNECTION" DETAILS HEREON. (B—INSTALL TEMPORARY PLUG IN PIPE BELL—JOINT. 12 —GASKETED SDR -35 (SDR 26 FOR 15" THRU 18") PVC MANHOLE COUPLING WITH EPDXY RESI"' cnnin OnnTinin ON EXTERIOR SURFACE. 13 SDR -35 PVC PIPE. SHAFT JOINT MANHOLE BASE WITH VCP PIPE CONNECTION r A MANHOLE PLAN PVC PIPE CONNECTION TAPER PIPE AT SPIGOT GASKET SECTION A -A d. . °d a . 44 SECTION A -A PAVED CONDITION TURF 17" 17" ra nrai CONDITION SHED GROUND SURFACE 'AVED CONDITION) A TERM ITEM MATERIALS D1CLASS "B" CONCRETE COLLAR. OVALVE BOX AND FRAME PER IRWD STD. SPEC. SECTION 03462. OONE-PIECE 8" (SDR 35) P.V.C. PIPE. OWATER MAIN. OVALVE. O VALVE COVER TO BE IRON WITH LETTERS "IRWD" CAST THEREON. FOR DOMESTIC WATER LINES ADD "WATER" OR FOR RECLAIMED WATERLINES ADD "RW". O7 - VALVE ANCHOR BLOCK PER IRWD STD. DWG. W-16. OVALVE STEM EXTENSION PER IRWD STD. DWG. W-23. SEE NOTE 1 O- VALVE COVER PER DETAIL HEREON. USE 6" LONG -SKIRTED CAST IRON LID FOR ROUND BOXES. NOTES: 1. PROVIDE VALVE STEM EXTENSION IF DEPTH TO VALVE NUT EXCEEDS 60". SEE IRWD STD. DWG. W-23. 2. IN NEW TRACT DEVELOPMENTS EXTEND VALVE RISER 24" ABOVE GROUND SURFACE FOR INTERIM CONDITIONS. 3. SET TRIANGULAR COVERS SUCH THAT APEX OR TRIANGLE POINT ALONG AXIS OF PIPE, AWAY FROM NEAREST FITTING. 4. SEE SPECIFICATIONS FOR VALVE LID COVER. APPENDIX C: CALTRANS PARENT PERMIT AND APPROVED TRAFFIC CONTROLPLANS Page 36 of 39 2/1 B/2020 STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT EPMS: Print Permit 12 -19 -N -TR -0727 In compliance with (Check one): 12 -ORA -73, PM 22.5/22.5 Permit Approval Date ® Your application of August 12, 2019 02/18/ Fee Paid ❑ Utility Notice No. of ExEt4PT Pertormance Bond Amount (1) ❑ Agreement No. of 0.00 Bond Company ❑ RNV Contract No. of Bond Number (1) r0: City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Attn: Patricia Kharazmi (949) 644-3344 ,PERMITTEE - and subject to the following, PERMISSION IS HEREBY GRANTED to: 2020 Deposit EXEMPT Payment Bon S 0.00 Install, maintain, and remove temporary traffic control devices within State Right of Way, on Bonita Canyon Drive, near CA -73, in the City of Newport Beach. All performed work shall be in accordance with current Caltrans Standard Specifications and Standard Plans, Section 600 (Utility Permits) of the Encroachment Permits Manual, California MUTCD latest edition, the attached Provisions and Permit Plans stamp -dated FEBRUARY 18. 2020. Permittee and its contractor shall contact SHAHRYAR DERAVI, State Construction Engineer, at 719-713-5532 a minimum of three working days prior to the initial start o£ work and 48 hours prior to subsequent restart of work when your schedule is interrupted. Failure to comply with this requirement will result in suspension of this permit. THIS PERMIT IS NOT A PROPERTY RIGHT AND DOES NOT TRANSFER WITH THE PROPERTY TO A NEW OWNER. The following attachments are also included as part of this permit (Check applicable): ®Yes ❑ No General Provisions In addition to fee, the permittee will ❑Yes ®No Utility Maintenance Provisions be billed actual costs for: ❑Yes ®No Storm Water Special Provisions ❑Yes ®No Review ®Yes ❑No Special Provisions ❑Yes ®No Inspection ❑Yes ®No A Cal -OSHA permit, if required: Permit No. ®Yes ❑ No Field Work ❑Yes ®No As -Built Plans Submittal Route Slip for Locally Advertised Projects ❑Yes ®No Storm Water Pollution Prevention Plan /Water Pollution Control Plan (ifany Caltrans effort expended) ❑Yes ®No The information in the environmental documentation has been reviewed and considered prior to approval of this permit. This permit is This permit is void unless the work is to be strictly construed completed before and no other work October 30, 2020 other than specifically mentioned is hereby authorized. No project work shall be commenced until all the other necessary permits and the environmental clearances have been obtained. PERMIT ENGINEER:Sydney Chai APPROVED: COPIES TO: Permittee Flle: 19-0727 5. Deravi Ryan Chamberlain, District Director Maintenance BY: CHARLES MAKSOUDIAN , P.E., D strict Permit Engineer ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate formal information, contact the Forms Management Unit al (916) 445-1233, TTY 711, or write to Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95614. FM 91 1436 (D12 Permit App.) http://epms.dot.ca.gov/bin/print_permit.php7id=231850 1/1 City of Newport Beach 1219-NTK-0727 February 18, 2020 CONTRACTOR MUST GET A DOUBLE PERMIT. In addition to the attached General Provisions (TR -0045), the following Special Provisions are applicable: Permittee shall STATUS (call) scheduled work DAILY vta District's 24-hour Communication Center (DCC) at 849-936-3600 and text 10-97, 1098, or 10-22 status to the State permit inspector named on the permit (Inspector's cell phone number will be provided during the pre job meeting). Status (calq using Closure ID No(s) and Log No(s) provided by the State inspector when work begins (first cone down,10-97), and again when work is finished for the day (last cone. removed,10-98. If the work is cancelled on any scheduled day, Permittee shall call Caltrans DCC at 949-936-3600 and relay; "(Closure ID No., Log No) is 10-22" (cancelled). The cancellation call shall. be made no later than the scheduled 10-97 time. Any delay in picking up your closure must be reported immediately to DCC at 949-936-3600 and State Permit Inspector. FAILURE TO FOLLOW THESE INSTRUCTIONS WILL RESULT IN SUSPENSION OF PERMIT. If any of the closures on these plans cause a delay or backup onto the freeway, then the closure hours are to be reduced or,moved tonight work as determined by the Caltrans Permit Inspector. The following advance notification procedure shall be followed for permitted work activities requiring Traffic Control within the State Right of Way: By Noon Monday, permittee shall submit a completed copy of the attached District 12 Closure Schedule Form to the assigned Permit Inspector by email (as shown on the Closure Schedule Form) or by Fax (857.328-6501) for the following week period, defined as Saturday through the following Friday. If Monday is a designated holiday, the schedule shall be submitted on Tuesday. Incomplete, (Ilegible or inaccurate information will tie returned for correction and resubmittal. Permittee/Permittee's contractor will be notified of disapproved closures or closures that require coordination with other parties as a condition of approval. If email or fax is unavailable, the schedule may be called in by calling the assigned Permit Inspector, and the completed Form be submitted to the Permit Inspector during the pre-joti meeting. • ADA Compliance requirements shall be met at all times. (DIB 82-05) at http://www.dot.ca.gov/hq/oppd/dib/dib82-06.pdf • Permittee shall contact the LOCAL LAW ENFORCEMENT JURISDICTION at least 48 hours prior to implementing traffic control measures. All closures shall conform to State standards and shall follow Chapter 8 of the Safety Manual. Except for installing, maintaining and removing traffic control devices, any work encroaching within 3 feet of the edge of a travel lane for areas with a posted speed limit below 45mph, or 6 feet of the edge of a travel lane, for areas with a speed limit posted at 45mph or higher, shall require closing of that travel lane. Any work encroaching within 6 feet of the edge of the shoulder, shall require closing of that shoulder. Permittee shall notify the Department's Representative, and obtain approval of, ail traffic control, lane closures or detours, at least seven (7) WORKING DAYS prior to setting up of any traffic control." Orange vests and hard hats shall be worn at all times while working within State right-of-way. By acceptance of this permit, the permittee understands and agrees to reimburse the State for all costs incurred for performing corrective work in the event that the permittee or permittee's representatives fail to install, replace, repair, restore, or remove facilities to state specifications for the immediate safe operation of the highway and satisfactory completion of all permit work. State forces may perform corrective work or it may be contracted out. Understood is that the above charges are in addition to permit fees, and an invoice will be sent to permittee for said charges after satisfactory completion of all work. The issuance of the permit shall not set as precedence for other permits approved in the future. • It is the responsibility of the permittee, permittee's agents, or contractors to comply with all provisions of this permit and instructions from the State permit inspector. Permittee shall keep the permit package or copies thereof, at the Page 1 oft 121g-NTK-0727 ' February 18, 2020 • work site at all times and show it upon request to any Department representative or law enforcement officer. When the permit package is not available, then immediate suspension of permit will occur. • Permittee shall furnish the necessary inspection to provide for public safety and to insure that all work within or affecting the State's right of way pursuant to this permit is in accordance with State Standards and requirements. The State permit inspectors will monitor the work authorized under this permit and the work is subject to the approval of the State permit inspectofs., • Permittee shall remain solely responsible for compliance with all requirements of this permit. • Prior to performing any work pursuant to this permit, the permittee shall obtain all necessary permits and authorizations required of other governmental agencies and by law. The permittee shall make the necessary arrangements with the appropriate agencies to monitor and test performed work to ensure accordance with requirements of those agencies. • American National Standards Institute (ANSI) compliant Class II vests and hard hats shall be worn while working within State's right-of-way. Workers working at night will be required to wear ANSI Class III warning garments. Class III compliance can be achieved by combining ANSI Class E pants worn with an ANSI Class II vest. • The State permit inspector must ascertain and agree to all work details and all aspects of traffic control or no work shall begin on this permit. • If a safe passage way cannot be provided, appropriate signs and barricades shall be installed at the limits and in advance of construction at the nearest Crosswalk or Intersection to detour pedestrians to facilities across the street. • When the work area encroaches upon a sidewalk, walkway, or crosswalk area, special consideration must be given to pedestrian safety. Protective barricades, fencing, handrails and bridges, together with warning and guidance devices and signs must be utilized so that the passageway for pedestrians, especially blind and other physically handicapped is safe and well defined and shown on the approved permit plan. • Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the limits of this work. • Unless otherwise approved by the State Permit Inspector no work that interferes with public traffic shall be performed on weekdays between 6:00 AM and 9:00 AM, and between 3:00 PM and 6:30 PM. • The full width of traveled way shall be open for use by public traffic on Saturdays, and designated legal holidays, after 3:00 PM on Fridays and on the day preceding designated legal holidays, and when construction operations are not actively in progress. • . Except as specifically provided herein, all requirements of the Vehicle Code and other applicable laws must be complied with in all particulars. • No lane may be closed or obstructed at any Time unless specifically allowed per the encroachment permit, shown in approved traffic control plans, and/or as directed by the Department's Representative. • The Permittee's work shall be subordinated to any operations which the Department may conduct and shall not delay, nor intertere with the Department's Forces or Department's Contractors. • Should any deviation from these procedures or conditions be observed, all work shall be suspended until satisfactory steps have been taken to ensure compliance. • In the event of any discrepancy between Permittee's Permit Plans and these Permit Special Provisions, these Special Provisions shall prevail. Immediately following completion of the work permitted herein, Permittee shall fill out and fax the attached Work Completion Notice to 657-328-6501 to initiate final permit processing. Page 2 of 2 (O OD V O U ? W N D -i-0 00 *NOo-1 =D a0D 000 OND >W00-1 f'+0 -i 0-1 -u m p K XX Z > (M Z< N < r -u z r Z Z D Z D r 0 n z m G m z m r -AA -u --A �r--I m 10 U) -iNZ -A r0 m - -i nD� Z0 DSO -<m MM Oct OX CCC)> 0 r. 0Nnn NWN� ZNO NO mOON m- 0-10 Deo 4m�7 CmNO 0Xnn �0m �� (��:UZm -4 -DOD �%D0 Dm0 m3 X70 DZ�D N�K 2N Om= -iv Gz')A Zz-< DZ� ADO �-Zjn N O C NDO �D--A X -iD=O - NN �m =Z7Z D "<.-i7Z -A --j Off- zm-DnrmcZil �- D� D mm -4 xOW W --j ODmO �ZN =� M0�0m rD -<m TD1 Zm mO0 Cmmp0 ONm _D C m0 mgmzff-{ Om .i m mm x;r 9: zr DaD -2 `dN Zo 0<--i *� =ZO Dm mr�1o�7 .DMOL-v =pow `L,-j�jm mW mmmCO TtD mp0 O -i NAC O0055 W Z fT7NON �oD x� rZ-n I _� 00 -=-i �m Omp(m/1 mZm N Ommm mx� f�*W'�IO 2_��Zm mr -0 0�= '�� N -DW p m - i' -n ZDV- DO W00 M:qXM >m�r- NM �0= OZ-< O m>OM5 ,Zmjn? O0 mZWglO -qZ ;a 02 O�r ZIm*imZ= Dzm0 TI Z7 W D N r - O{ D- x x Cmo rn ODW 00WOM -i No y 3 OZ -D mZ-D-uZ N Z m -i A ;1- TI -c 0n XX T10 0= AN D= -imT NND=fTl D�00 r Z --A Nm O=mem Dm z�= or oom m�7p Z Z � Xr-9 mom --i --q omOMO SX 3-r am Z7NZ�� D m 0 >�ml-r �pD O p�vziom mW mODJ ZC m --I OM -zi�7Np 0Zz mC ((n::ixM— Om �0m 0m mm 0Tm-IU) D m 0 X>7, ccn A�-1=CN--, pZm p �X zom0 D r?rl� (A*10 T10 m�0z Om ZZJ� GSW xM 1 -Ip K� 2DOm N-n<m nm ZNZD -Az mi -M (f)-A�0 c:;u DZ ZDZ-i Ti(nZ pm =Z -A-u00 Z- Oz u A -Z M>>mo mcg -0 cm Om -(c0 D_ O M COW ��z Nq nmWKtmil ODS 0-00 mm �x Z=mzm Orman pD yAC >C M=O --4 A= OWO �Z N0 om-r-� . ZOO ��� m� Ori O t�� �N� --I0 M- r - A O D C-�Z �Om p �rnOD ar =O �O f<0 m�W=N -4Z=-A NZo �q >mzDrrD mm r -o yo => NZO 2 0m0 X m m O N M -AO vN r02 -4W m m- 00 'mr �O TDj r Z �Ln 0 M- 000 ZO =5mm0 m Dq XA W � mZ O { r- D�� _I r TI O ZO ZC Zoom O mz r-,..ir �m omo-( vMS2--i C '<- mD o �1 'D :ON ;um Z N oa m �� ;u o �� ZZ ���= 0N� -,7 > < m fOTI o ;u m Or m Z O D D �7 --40 0 0 021 m O = n Z 0.- O o -i � , Z T __ . (D m C A = a C \ 1 '1(n0 � Z ❑ mz- <zo� .aoc -. Z KKm-i-40 m (Wn� ml7 \ \\ �NCZ-{D Or (0 mr, Pi eco Z r—z K*nrZ ^ , �. m >OmC OO mm CD (D 3(D m m-{ T.�rAfJ N 3(0 - �7 0 :L7 m a (/j C O �z OD ° Z I (mrl Tl D D m 'D c7 40n' -n T7 r T > w � �(�m'�oaZ-< co n \ \ \ ca 0) z\ f �?ZZ�=�z \\. I C� MOmmm n \\� p o0mx-<0 XOEE:ll x^ N mO D o� W Z .-O N I (.+ D O Z * REGISr. \�\\ IT i DCnOZ Cn mm -P -O asp hI NO OK 0 p A 2m m G7 r 0 z n N m -� O O OZ T m > D F x .aiO o N (l v > m �3� m a N N N m D U 0 D M OO).- D n m m L4 rn (o N (O N V n C) m N v Z 0 m m S N O z N M D z171 N 3 _n m 5 M r(n m' C)0 Z Mm �NJ N w l v r O n n °0Z m C� 0 m -0 m O D ,l7 � m D C) 2 x m �l 0 (n CD y r m o II O 0 8 W :E w I 0 00 � X I OOD ^ C7 O Z m G7 r 0 z n N A a m 0 O m O -� O O Q m r x .aiO N ^ �W > m �3� m a m m N LN T L xl n O ai v N Q N z W :E w I 0 00 � X I OOD ^ C7 O Z m G7 r 0 z n N A a m 0 O m O -� O O Q OD r x .aiO N ^ �W > m �3� m a m m x z -{ rn� r O Z m G7 r 0 z n g A z O n x D m A a m 0 O m O -� O r Z Z m D TI n 0 z m 0) < -i ;;u (D C -- m A Ln ;gym z m Z coc-.v RG) w 0 0 rl (U 3 O N -0' Z Q O N N fl m m `° C o (D n N rn 3o ��°Do� w m - G) w 0 nm D O n t ac 0 m rm x ;;u �;;U m m A Ln 0 z m Z(n o C/) rl F? o m o C v N rn U) m 0 0 D O ,or D C01 x _ 00 O m v x y� CD m t0 N n t ac 0 m rm x ;;u �;;U m D 00 m m z m (n C/) m as a o m W C v rn O x x 00 O x x z x y� x x O N z CD � � o D r G m m = o +� W O o a W w OD OD m D m rm� (A z > o> 0 2 Z m NIX xD 2 z Dp Wo m 0 a] O to 00 J 6) U P W N "DO S.Zx7 00 ➢DOx� Dr -uOr 0OA 0=r Z>�202 �p�2r7=OM mm- �Z fmZ�Cn mr xzr zZD ZDr pm<zrn <mZm DD ArCy--j p4 O��T O.Z-i7m r- rACW> .T�i�umiD� cmi)D�� ZZO M --A �O-Nm mm 0(-) r- C: 4mm OD<D ---jM ^gym ��� Nps C)�z-X D= �-M ;u �m C) OKE M 5 D Dmy VC)xK �N omN-Ax o z� ZZ� TZA ADO �zD � C7 � NC�p "HD-1 2 -(D 20 0- U) �� =;uz D�'mZ -C -NI DOZ WOO 2W MO OFJ r -m -W<MM �m m�0 cmmpo �o�� > C: MO ((nElMzr 0;;u � m Z -n XAr �rGxZr DZD Z0Z �N ZpOW4 �7) =zo Dm mmo xmo0-u xp0� MIA mr m�0C0 �® n�0 o --A mn0 xc-F- m (z m(n0V7 10D T.m rZm--A Ntm/f z(xr7� �m pp(n MX04 OZE m mm mem x0 2D-I�zm m -r- m -D0 A= m- N --I--AX-i�� D00 Too r?('o>, Wm oxo �q MOr Zo - 0 n>mr> �mr7 S�1D Zp m DrmD mzz-1 mm mDmrnZ mo XZ< z2 Or0m"'r Zmmz2 ZmZ yca -C 0D xx D(7 02 x?N DS ���Z4 Z T. DWD=fm >-400 r D NI Nm OxmN� m 0�2 Dr p -u C')m1-D D ASW -A --- mp�0llO 2.m �-qr Dm m�z -i -iN rm Dr(r O 2 (n x Z roo- --I -U 0 U)pK m- mn® ZC m� ODr_rm-zi�t(np (On?z mC MZIM)0D OM -10 om mm O-q(n DA 0XDz CWS W �scmz x pzx 0 NA ZOMO o?r(n .x Ar mmo > 0 Z-- K: (n D vzi 0 O � Dr=i MOI DO CA�OZ om 000 zW ;-<xl mm 2>z DKOrn M ZWZ� �z r O cx �' z D i �NZ rZ ODDMn m= ApOm �m Om X00 D_ p y0"D)'I 0 0 ��z N� DmT> W mw Oor- oD ;u -0 z m z o z roc) Q ozc) D -u U) -i A(n mmrr 0 m0 i0�r c ^0--A x WC ADS O X> -i : M- WW 0xfr'0 'rz 00 �Orm m2 000 D D� =Z 2� <0 z�WXO >Z2� Znz >� AmOi�� m® r0 Z0 mz TOO mm =vm� cn DO 1q Drnzy m r0 Z -(D (nC< 0 (- �AxO �� ((-02�rW m W� OxO �r oOW? z�M5 nA� ZZ :E -n0 m y� z� Dr mZ O { D D(n 00 zc zonc)Z o M mr xm or-0in �0o� c _ p Zx �� �Or2x m mo :0 ZD z-rn-i Mx oz -9 m n� XXm� p �n > 0Z D2Om z�0 m -< W D D D •,.� m p fAmn m r 0 O Om i i o 2 n D v 0. n z r 0 mwmm MOOK mOZNDZZ-ODi x CZ DZ�Dor K or -2 (7®WKOomm o�m�>U'cco m�aa Nx KO - ;u �zm r m OmMCDZ C 0 0 z z -i >00 ow �zmD��DO c�Zm x mm -'(O nm D� oroZZ5j-<o NDDp---jM2--4 zvmmOF)Mm pp=''nDD o�D� zz mx (n�z0go-<D rzDxr m G7 X 7 y -<ZO n < cnmc m 0 0 (A* X (j W W rn s O N� g m t-0 m w g rn a N w I O D C/) m n �;;U 00 00 rO v O m (n ^ CO m as a o m W w W o q w� S Z s rn ;u Y � �ivly fT1 00 m V� elft o b �Q °pa \ ` x o ;;u A m i > 0 X o \ \ O 0 m z 0 0 X � \.J U) m p 0 z z A \ m z m m m 0 \% m m X x D 0 N ( D 'x ij (n> co 0 n rn S - r 0 z Z Z Z ^ A m m D O r C , O z e �;;U 00 rn W C v rn V� elft o b �Q °pa \ ` x o ;;u A m i > 0 X o \ \ O 0 m z 0 0 X � \.J U) m p 0 z z A \ m z m m m 0 \% m m X x D 0 N ( D 'x ij (n> co 0 n rn S - r 0 z Z Z Z ^ A m m D O r C , O z e W N D AOA 0r Orr-- Dx mzC2 0 Ivo2 MO Z yr m �MO-4 lm Z3Z<Zm 00 0MZZn COZ ZmODN� OrAO�Or-D OZO pNDiC) AVO_<ppn DZNp6N-?-AD-1 CMO 2Arz ZM Dr Z m o o . z C m��� :EM �=rM O OHO Ir+�IINNOM o ZTm 0 Mp XDmO AA�DZNOr --log z�ZQ z�ODFx� --i W. v z4M m0pm oTiy�A(zn x�=oZv D�C (n OA=� (7 m0 3Dm-Imn 0OrM �Nr= �v� ASO C�DmN0 AOm TA<WrD NmODZ rA��D> UZz ITIM pD_ -4 �oO-AAO O o-IAW <pzO;u ="�At �_Z m m z A Z A (n X -4 - �zi �mvA r*IMOO m_ xDm00O Ozr- 0A;0 v -zimz m�v(n '�Z I o�0 -1�k0-0z OCzzr Amm ;u -U" CAS rZ rn X r(no A C TM --i KzD VN m p00 ��o �� �OW� �zmvAXi OBD mm -U --AM (nes �zl?�m (n - AA m -( DO -I z O rnAO Oz DOAA m �m;Uzm vMA ZSrznKc0 0 M D ;uCDZ 0A z z ox ZZZ v v0 m2 En x 0 a0 V 0) UI COOM Oco =-U��"-vr-� Dir �mOr -Azn; �o-j r-OM<o�N Xrr N3or AC p -j m D W;CA� m;u CD U) 0CU� aoZZK �\ mG�z_N<DOOD �-mO Arno rnDD 0rrn >rnrn_ -<ZC) \\\. Z zN�KITI -ZiZn zZAm DNS �r-M m �m 2�0 � x D M A O>_ p r rn x M m O� yzK rcD)�z 0 K Ezzw <_w -<M000 mrr- A K \\\\ 0 _K omm ;_ m m m --4;U --I 01 1 p'*Ir \\\. v m-{ DMp� Z N w9w vA -0A- v0ao z0q \\ A zrn-O Z. rC r� OMzrn<W -D �AOm \ \ -0Dra-O o�x ADC ONS \\\ mmDD(A - D�NZ m�N U)OR'I=- I mvT) iZZA �ry� \\ \ -Zm rm -vvCA DAm -M__4 D o�OA U1�II I\\\. OAmnZZ-z+� -OD{{mm Fpr mvz -ivp xav Mo o \\� Do�rvcnDO Oy m3rn CM0000-< rno(n Crrr7 \\\ \\-zizzmlimz amM_u M>o vM�(zn*2= m22 O!P=0 II \\\ C�' MOmr^rn r��� pz m O-IDDr`r ADm Z<x0 \\ \\ i Oo> o m0 A Zrrnn00 ��N�"<-<p Rgr<:i Nm<z-�-i� �� X� z D�� DooZO0zz v00 oOWZQ \\\\\\ D�ZOCmrZ-I �O=z �D-D-IZ�-ID r"m� C=gym ZMMMOArm (OnO>c iz> _u�Za OMO M --I x qrnN zzfF 0000 ;0(nu=rn 5� T'r�AA zm or 0X \\\.�\� (vn�����W NC�W r�''cm�i vrnczno -<� 0'''zF L \\\\ \ �Z 00 =p-< �0Dy O �mp�� mN mDDW a� m < \\ 6)D m 30� Ac 2AmozcD pm Av6) r m O z MM p - rn m \\� \ x � Zo A ?o ao O_-r-r�Z f ornr^� vcom v Z 0 I I \\\\ D („mc yaz z� .cOMMOOoD_ m0 m'0DK F CO ° �.�N�r„ Z \\ \\\� DCAz o� Zr-^ �Xc xzDU2v CAD CD CD M y i \.\N \\, zDv ME mmo='.m (n -1 mo �rn M I \\\. V)z0 D� r D v, �. (D m O 1p SD 00 0 3 '4y(n O v W 0 y Z c� n v N G) r o z m A Z A � O m r X M 0 z m y D N ri v V) N N m A D M D M m w C) N N rn co t V 10 Z O v D W mD zv �N A q SA r N M A C)m z m ; N A Y N\ w 03 O D n z O �Z7 N M X D co —I O z M X z Z N m M r = O Z z M G) r o z m A Z A � O m r D A A O m n Z W M r E� D 23 A A O z m iY 1r , 33S I ap^O r TI T Q m Ln X o fTlQ ar D D C%... z wf CDA0 r r X O O o CO Q M A (A :e x' (j Owl w a x°i NI t-0 w 'O O) U z W Oi A (A:E N L4 (7) a mMD Z7 C) F5 M y ;d Y V m N v z O m N Z N cn x m it q; Cil D D M Z 0 x x x 0 x z x :q x D x D O N z o 0 o M M o D g o D 0 z rnmtoo o.o Mo DD(n D uZ D n L4 o a CA C.4 Cn Z o rri rri c N 0 f i m IrnE 0a� � o N 11) L C A N o �m v vCO Q') Z O 5 CD W j 7 � W 7 O N M Z (D (D N N m 5�A (D1ga! m NCD o ° m n to N D 34'c� 10 � j N 03 l J () y ;d Y V m N v z O m N Z N cn x m it q; Cil D D M Z 0 x x x 0 x z x :q x D x D O N z o 0 o M M o D g o D 0 z rnmtoo o.o Mo DD(n D uZ D n L4 o a CA C.4 Cn Z o rri rri c N 0 f i m IrnE 0a� � o o m � o a �' y ;d Y V m N v z O m N Z N cn x m it q; Cil D D M Z 0 x x x 0 x z x :q x D x D O N z o 0 o M M o D g o D 0 z rnmtoo o.o Mo DD(n D uZ D n L4 o a CA C.4 Cn Z o rri rri c N 0 f i m IrnE 0a� Owi w m � o a �' v N N N m � D a v m M NCD to N V y ;d Y V m N v z O m N Z N cn x m it q; Cil D D M Z 0 x x x 0 x z x :q x D x D O N z o 0 o M M o D g o D 0 z rnmtoo o.o Mo DD(n D uZ D n L4 o a CA C.4 Cn Z o rri rri c N 0 f i m IrnE 0a� w CAX �G)�� v C �v mn i Owi w Z � J C Owl � v M w CAX �G)�� v C �v mn i d�-�8S As � 0 i �► .vok z!� I 91 UT � (A N vm� �z DZ<<n D� �Z� oZ� 0 P 000 oD� >z� Z m mZm OMS ZA ��{� = O� �Am Ohm Zr� Mm)�� (1) > ZZO mIA Mo0wm mm Ong rn(�m 0pD� ^�wr Kim No mox M A= 0� DOo Dmf? mmW; o D zm> o .Z) A� .Zl - D �r�1 r Z A wAK N OMT --,M ZOM ZZ{ DZm -��DO K�jMp CNyZ O9 -I zm MW(r-mvzi wW� ZZA mv;a MM 0ZNo WZ(A a: %Un�OW r -w -<m, m� X• o c Oo v0 TI 20> mo o�0Z-r-I �29 xzo Df*l mmv 3=O N v --j 000 zMO om zmOM C -1D mv0 0=1 N�6 MOcc �_ Z m Wl 4w oD �m rm-Z��� Zmmm N Zm *m ON RMv w om mm� Mm RZ1O w>�Z� mr ADO z= m N =IDwOx A�AT� z>C mf) FOD Nm Amr �Rm1 2AD ZO�-9* ADmD DOf� o r?M 0Z -Iwv Nm m r --4-9 �n� �� mDN�-1Z AZ- ZO ()� omr^ Z x NVZ O�� DZ mZ-y x UU) m� O m m�N� n <_ 0 - m m -i c N z w0vom O rZN m� j 0M=v)O OX m Z�(n ZD0 r- �0m D�z OP z -121[D mD� N mCnn� �� D D �w OD� Zp�m oOmr Ovo mW 0= Ox _q m� r. -q F Zm PZ2 O--18 O Ozz M, Zm4OD -4 --A m8m ZN f�2 f��NDZ AADS �� m� N-j=CN2 �m 5Zm OO x.17 zom�-U r-?r(L/) my m0 m;0 Om zoo OA T N M-0 452 Z D oom N{ nA� c OBD mz �rm (zn- �o cm -z ZD -AA -n U) rD v -Z -0n 2� Ov 2 Om - OICZ�Z WCmD 0-00 aN mommm mx -00 cm ym � 5099* 0 oDMm Cbz M� m��N w� Ono mvD �� ZxmZ U or DAc W� yg�- 9N� �x mN 0 mo OM�'r-'-v X00 �Om m= TrnOD Dr =Z =00 <o AWW20 �Z=� DnZ rZ �w� fvnw DO Zc mz ;a M =�m0 Nzm Mm mmczi�v m Fo Dv :c tnZZm-1 X�r 560 ON COM F- mm o0 �r �0� c34Z PEM _Z O<m>-m �M Mx M Dr mZn_ D N zvoi Z -vi �z)vc�v mz mr Tmn om0tn 0= �C 0r�� m M� z �i OZ m_ M�mm v MO WmOrm Oo0 m 0 o m D o m Z n C7 m m v = z r v SR', 3 NORM 12' MIN. -:m# mm� � iljil�hIhItIt �\ O � • r X0 A o �T. D 0 m* -t � O Zz N N =O -0 0 ;u O 0 O O m z D D N m v o 0 0 � m z m m m m ) (n - m > > C: n 47 _ 0 x 0 z O C O z z z m m 58 v O r N O z AL vmNNZD N Z D wzr R0 n N A m6 I ;0 N �m CA O Ma ):p CO) M CA O CA d�-�8S As � 0 i �► .vok z!� I 91 UT � (A N vm� �z DZ<<n D� �Z� oZ� 0 P 000 oD� >z� Z m mZm OMS ZA ��{� = O� �Am Ohm Zr� Mm)�� (1) > ZZO mIA Mo0wm mm Ong rn(�m 0pD� ^�wr Kim No mox M A= 0� DOo Dmf? mmW; o D zm> o .Z) A� .Zl - D �r�1 r Z A wAK N OMT --,M ZOM ZZ{ DZm -��DO K�jMp CNyZ O9 -I zm MW(r-mvzi wW� ZZA mv;a MM 0ZNo WZ(A a: %Un�OW r -w -<m, m� X• o c Oo v0 TI 20> mo o�0Z-r-I �29 xzo Df*l mmv 3=O N v --j 000 zMO om zmOM C -1D mv0 0=1 N�6 MOcc �_ Z m Wl 4w oD �m rm-Z��� Zmmm N Zm *m ON RMv w om mm� Mm RZ1O w>�Z� mr ADO z= m N =IDwOx A�AT� z>C mf) FOD Nm Amr �Rm1 2AD ZO�-9* ADmD DOf� o r?M 0Z -Iwv Nm m r --4-9 �n� �� mDN�-1Z AZ- ZO ()� omr^ Z x NVZ O�� DZ mZ-y x UU) m� O m m�N� n <_ 0 - m m -i c N z w0vom O rZN m� j 0M=v)O OX m Z�(n ZD0 r- �0m D�z OP z -121[D mD� N mCnn� �� D D �w OD� Zp�m oOmr Ovo mW 0= Ox _q m� r. -q F Zm PZ2 O--18 O Ozz M, Zm4OD -4 --A m8m ZN f�2 f��NDZ AADS �� m� N-j=CN2 �m 5Zm OO x.17 zom�-U r-?r(L/) my m0 m;0 Om zoo OA T N M-0 452 Z D oom N{ nA� c OBD mz �rm (zn- �o cm -z ZD -AA -n U) rD v -Z -0n 2� Ov 2 Om - OICZ�Z WCmD 0-00 aN mommm mx -00 cm ym � 5099* 0 oDMm Cbz M� m��N w� Ono mvD �� ZxmZ U or DAc W� yg�- 9N� �x mN 0 mo OM�'r-'-v X00 �Om m= TrnOD Dr =Z =00 <o AWW20 �Z=� DnZ rZ �w� fvnw DO Zc mz ;a M =�m0 Nzm Mm mmczi�v m Fo Dv :c tnZZm-1 X�r 560 ON COM F- mm o0 �r �0� c34Z PEM _Z O<m>-m �M Mx M Dr mZn_ D N zvoi Z -vi �z)vc�v mz mr Tmn om0tn 0= �C 0r�� m M� z �i OZ m_ M�mm v MO WmOrm Oo0 m 0 o m D o m Z n C7 m m v = z r v SR', 3 NORM 12' MIN. -:m# mm� � iljil�hIhItIt �\ O � • r X0 A o �T. D 0 m* -t � O Zz N N =O -0 0 ;u O 0 O O m z D D N m v o 0 0 � m z m m m m ) (n - m > > C: n 47 _ 0 x 0 z O C O z z z m m 58 v O r N O z AL vmNNZD N Z D wzr R0 n N A m6 I ;0 N �m CA O Ma ):p CO) M CA O APPENDIX D: PAVING PHASING EXHIBIT Page 37 of 39 'rz c/) E — n 5- lw= n S i PAVING PHASING PLAN - BONITA CANYON DRIVE / FORD ROAD 4" • t „ .f 01 - ' � e, �) It F � ` . .� � :, ,.• -_— ,< 0' �� � y. �7w .'1 • Win{ :"��a� 4: _011rl- t sr y X000 t 17�7 O ,� /77 to"' .;:F .�v3:P,p-, -,i .: .- ..-. '.':--^�;,. v. r�:,-'ffi'�.r' v"r f;�:.. [. i � y,,... .• v.f s.; ',. r a '*'- •! dJ n'.�'a A rr.Y.: 4 � y. ,'A' - EK /,'YvA :w S{- r - �.. . A s K r s ✓" _ s , - oll {w r/ Y 1' �: ... � k SAY• ,.:,°:. 11/ .. .I '' - ti ` m t „ e� �ya t 3 or , f 404 0 Ri t K a_7 y .°. 41 - S r o - ,e- yf y i r' t5 x BONITA CANYON DRIVE - MACARTHUR BOULEVARD TO SR -73 q ' � may.. 'y ,. ,'- � \! ♦. ' - yr ' - TTI' �! •�� _ - iLc " i d t � �w , " .ty , AN', } PTIPP q n lon J y� w.. A:. ter. D :. .-� <'z e 3 ::: AKS•='�r+;,i;,d ;mss;- /R" dL t.r." ' , n 44 , o- Llfi 404 -Al v .._AOL 4_1 i w A z 1 y ... ,,..y,". !" ,- �� '.. ,. •- :# >. .. _Fy } , r. ,.f .. ,. - -syr-: - f ':; a f z 77 nl ZZ `. v" u1 p i' , ,. .: -},• 1. n,. L i. ,> !.: -T��+ _ f$ti� tea- fes" Y r�.. _ L. Lu :• - _., �=,'. - <.- n _ : " �,',_+. ',: � ., i:TRO"r� aye^ V •. : ) le co CD :.+^ .�F'. �� �C'- \s-'' ! O - a: sem- d�• �9lsn= �f. _ ., .. �- _ � -. yy yy u k' O _ '<',� .� ,i , '`.,I�..$. is �.".':rr^' GS. , •r' -"i'- ..Y �% �y•� f sfi�p .' •. �. -moo r: ,_: ..... ...� �.}.. , / I NTS -� •�: _ ' f li' qq k LEGEND: FORD ROAD - JAMBOREE Day 1 — Night Work AREA 167,360 SF I" LEVEL N 1, 012 TON 2" ARHM N 2,024 TON Day 2 — Day Work 00000000 AREA N 132,690 SF 0 0 0 0 1 LEVEL N 802 TON 2" ARHM N 1,604 TON 3 �` +te- - .yam �• i i 9 •. - ' t / O ilvIY:_ tr r 1_ f� y ROAD TO MACARTHUR BOULEVARD Day 3 — Day Work AREA N 126,215 SF 1 LEVEL N 763 TON 2" ARHM N 1, 525 TON ell A4 A �^ r v 4, t Y i Q'- Alp Day 4 — Day Work AREA N 121,780 SF 1" LEVEL N 736 TON 2" ARHM N 1,472 TON Day 5 — Day Work AREA N 142,242 SF 1" LEVEL N 860 TON 2" ARHM N 1,720 TON t~. Ti w APPENDIX E: SB1 PROJECT FUNDING SIGN Page 38 of 39 STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION A 3.50" - 18" 52.50" T 52"--.�. 18" 2.50" 121 1.5011[21 20.75"�20'L--� 152" ! 26.5" 20.75" - 3.20" 1.30" 2.25" 1.20" Ti-- 23.75" ---1 �-- 17.45' 40.70" 13.7" -►f 26.45"-� 55.50" 33" 155.50" 6'41 38.5' 411 I �-13.88'L� [.-12.25L� 11.5+" 38.5" 64-- 4.73" '�4.73" 1.25" 2.15" 1.25" NOTES: 1. Provided dimensions are for the 144"x90" sign. For the 96"x60" sign, calcuate each dimension by 213 (0.667). For the 48"00" sign, calculate each dimension by 113 (0.333). 2. Use when the project involves Senate Bill 1 funds. C48 (CA) ENGLISH UNITS A B 144 90 96 60 48 30 COLORS: LEGEND - BLACK (ARIAL BOLD ITALIC) BACKGROUND - WHITE AND FLUORESCENT ORANGE SENATE BILL 1 LOGO - CMYK COORDINATES FOR SB1 LOGO ARE AS FOLLOWS: BROWN (C 80%, M 80%, Y 80%, K 20%), LIGHT CREAM (C 0%, M 2%, Y 7%, K 0%), BLUE (C 75%, M 23%, Y 1%, K 0%), GREEN (C 90%, M 20%, Y 80%, 0%), YELLOW GOLD (C 0%, M 38%, Y 85%, K 4%), RED (C 16%, M 84%, Y 65%, K 3%) BE WORK ZONE ALERT RIBBON: PANTONE #299 BLUE AND ORANGE (SEE VECTOR GRAPHICS FILES FOR SB1 LOGO AND BE WORK ZONE ALERT RIBBON) ALL COLORS TO BE RETROREFLECTIVE, EXCEPT FOR BLACK 1111119 6.875" YOUR TAX DOLLARS AT WORK 1 3" -1.25' 33„ 3" REBUILDING CALIFORNIA 40.75" 6 6.875" 717 B 49.75" 35" 57" 6" BE WORK ZONE ALERT 4 T 4.25" 4.25" 55.50" 33" 155.50" 6'41 38.5' 411 I �-13.88'L� [.-12.25L� 11.5+" 38.5" 64-- 4.73" '�4.73" 1.25" 2.15" 1.25" NOTES: 1. Provided dimensions are for the 144"x90" sign. For the 96"x60" sign, calcuate each dimension by 213 (0.667). For the 48"00" sign, calculate each dimension by 113 (0.333). 2. Use when the project involves Senate Bill 1 funds. C48 (CA) ENGLISH UNITS A B 144 90 96 60 48 30 COLORS: LEGEND - BLACK (ARIAL BOLD ITALIC) BACKGROUND - WHITE AND FLUORESCENT ORANGE SENATE BILL 1 LOGO - CMYK COORDINATES FOR SB1 LOGO ARE AS FOLLOWS: BROWN (C 80%, M 80%, Y 80%, K 20%), LIGHT CREAM (C 0%, M 2%, Y 7%, K 0%), BLUE (C 75%, M 23%, Y 1%, K 0%), GREEN (C 90%, M 20%, Y 80%, 0%), YELLOW GOLD (C 0%, M 38%, Y 85%, K 4%), RED (C 16%, M 84%, Y 65%, K 3%) BE WORK ZONE ALERT RIBBON: PANTONE #299 BLUE AND ORANGE (SEE VECTOR GRAPHICS FILES FOR SB1 LOGO AND BE WORK ZONE ALERT RIBBON) ALL COLORS TO BE RETROREFLECTIVE, EXCEPT FOR BLACK 1111119 APPENDIX F: CNB STD DWG NOS. 923 -L-A, 923 -L -B AND 924-L Page 39 of 39 RECD LIMIT LINE OR CROSSWALK PER PLAN DDDq C:) a m __00011 3 -OX O 0 1-0Y 00 1 -OX i 2 -OX zu LEFT TURN LANE I THROUGH LANES BIKE LANE I I I 1 -ox DETECTOR INPUT FOR THROUGH PHASES 1-0Y DETECTOR INPUT FOR LEFT TURN PHASES OXB BICYCLE LOOP DETECTOR INPUT 0 CALTRANS TYPE E LOOP DETECTOR MODIFIED CALTRANS TYPE E LOOP 0 DETECTOR (LEAD LOOPS) CALTRANS TYPE D LOOP DETECTOR (3'x6') I EDGE OF GUTTER CURB FACE 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 LEAD LOOPS IMMEDIATELY IN ADVANCE OF LIMIT LINE OR CROSSWALK. 3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DETECTOR LEAD-IN CABLE (DLC). 4. SEE CITY STD -923 -L -B FOR CALTRANS MODIFIED TYPE E LOOP WINDING DETAIL. 5. LOOP WIRE SHALL BE TYPE 2. LOOP DETECTOR LEAD-IN CABLE (DLC) SHALL BE TYPE B. 6. LOOPS SHALL BE INSTALLED PER CALTRANS STANDARD PLAN ES -5A AND ES -5B. 7. LOOP SEALANT SHALL BE HOT -MELT RUBBERIZED ASPHALT SEALANT. CITY ENGINEER DATE I APP. DIR OF PUBLIC WORKS DATE CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS LOOP DETECTORS USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ADOPTED STANDARD DETAIL NO. 923 -L-A SHEET 1 of 2 Start TWISTED CLOCKWISE INTO A PAIR Finish (AT LEAST 2 TURNS PER FOOT) WINDING DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) u- 0 Z J Ow H U D SAWCUT DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) RECD APP. ISE CITY ENGINEER DATE DIR OF PUBLIC WORKS DATE LL�iISED CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DETAIL NO. LOOP DETECTORS 923-L-6 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 2 of 2 2' MIN. * 8' MIN WHEN INSTALLED ON OR ADJACENT TO BICYCLE SIDEWALKS, PATHS OR WALKWAYS. NOTES TRAFFIC SIGN VARIES � J 2" x 2" O.D. 14 GA. UNISTRUT POST 7' MIN* 4"-6" ABOVE FINISH SURFACE FINISH SURFACE 8" MIN. 2-1/4" x 2-1/4" O.D. 12 GA.__,-,' L 18" IN CONCRETE UNISTRUT BASE 30" IN DIRT TYPICAL SIGN INSTALLATION 1. SIGN SHALL BE STANDARD SIZE PER THE CALIFORNIA MUTCD UNLESS OTHERWISE SHOWN. RETROREFLECTIVE SHEETING SHALL BE TYPE 4 OR GREATER. SIGN SHALL BE MADE OF ALUMINUM (0.08 INCH THICKNESS). 2. NEW SIGN POSTS SHALL BE 14 GAUGE, 2 INCH SQUARE (O.D.) UNISTRUT INSTALLED INTO A 12 GAUGE 2 -1/4 -INCH UNISTRUT (O.D.) BASE. UNISTRUT BASE SHALL BE INSTALLED AT A DEPTH OF 18 INCHES IN CONCRETE AND 30 INCHES IN DIRT. CONTRACTOR SHALL USA LOCATION PRIOR TO INSTALLING SIGN. 3. SIGN MOUNTING HARDWARE AND BRACKETS SHALL BE 5/16 INCH STAINLESS STEEL. ANTI -SEIZE LUBRICANT SHALL BE APPLIED TO MOUNTING HARDWARE PRIOR TO INSTALLATION. 4. SIGNS SHALL BE INSTALLED AT A CLEAR HEIGHT OF 7 FEET UNLESS OTHERWISE SHOWN ON PLANS. LOCATION OF SIGNS SHOWN ON PLANS IS APPROXIMATE AND SHALL BE APPROVED BY THE CITY PRIOR TO INSTALLATION. SIGNS INSTALLED ON OR ADJACENT TO BICYCLE SIDEWALKS, PATHS, OR WALKWAYS SHOULD BE INSTALLED AT A CLEAR HEIGHT OF 8 FEET. RECD APP. REVISED CITY ENGINEER DATE I DIR OF PUBLIC WORKS DATE ADOPTED I CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS I TYPICAL TRAFFIC SIGN INSTALLATION STANDARD DETAIL NO.924-L SHEET 1 JOHN WAYNE AIDDOOT IC�..t•L.S.MG\�� SYMBOLS & ABBREVIATIONS NOTE # SYMBOLS QUANTITIES (EACH) ABBREVIATIONS REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO F2 ❑3 GRADE PER IRWD STD. DWG. W-22. 21 (IN ADDITION TO GREENBOOK SECTION 1-3,2) 25 POWER POLE AB AGGREGATE BASE MIN MINIMUM x5C TRAFFIC SIGNAL ARV AIR RELIEF VALVE MWD MESA WATER DISTRICT COUNTY OF ORANGE BEFORE YOU ACP ASBESTOS CEMENT PIPE NG NATURAL GROUND © SEWER MANHOLE AC ASPHALT CONCRETE N NORTH 10 REMOVE BC BEGIN CURVE NTS NOT TO SCALE OD STORM DRAIN MANHOLE BCR BEGIN CURVE RETURN NO NUMBER TO STA. 43+00 BVC BEGIN VERTICAL CURVE OG ORIGINAL GROUND OO TELECOMMUNICATIONS MANHOLE BLK BLOCK PE PLAIN END OE ELECTRICAL MANHOLE CATV CABLE TV PROP PROPOSED 70+00 12 CB CATCH BASIN PB PULL BOX �cy FIRE HYDRANT CI CAST IRON RCP REINF. CONCRETE PIPE 88+00 14 i CENTERLINE RET RETAINING ® WATER METER CNB CITY OF NEWPORT BEACH RT RIGHT 106+00 16 CL CLASS SCH SCHEDULE ® STREET LIGHT PULL BOX CLR CLEAR S SEWER ® TRAFFIC SIGNAL PULL BOX CORR C&G CORRELATED CURB AND GUTTER SCO SEWER CLEANOUT 19 SIGNING AND STRIPING PLAN - STA 61+20 TO SMH SEWER MANHOLE STREET LIGHT E EAST/ELECTRIC SHT SHEET C 75$8 2 EC END CURVE SW SIDEWALK ® WATER VALVE ECR END CURVE RETURN S SOUTH EVC END VERTICAL CURVE SB SOUTHBOUND A SURVEY MONUMENT WELL EXIST EXISTING SCE SO. CALIFORNIA EDISON FLG FLANGE SCG SOUTHERN CALIFORNIA GAS SIGN FE FLANGED END SL STREET LIGHT Ir iA IV TREE FL FLOW LINE SQ SQUARE FM FORCE MAIN STL STEEL ® IRRIGATION CONTROL VALVE G GAS T TELEPHONE GV GATE VALVE TS TRAFFIC SIGNAL ® CABLE TV PULL BOX GB GRADE BREAK TCA TRANSPORTATION GE GROOVED END CORRIDOR AGENCY 0 MONITORING WELL IP&T IRON PIPE AND TAG UTIL UTILITY LT LEFT W WEST/WATER MAX MAXIMUM W/ WITH MJ MECHANICAL JOINT WEIS WOOD ENVIRONMENTAL INFRASTRUCTURE SOLUTIONS, INC. IRWD FACILITIES NOTE # FACILITIES QUANTITIES (EACH) THE BEARING SHOWN HEREON ARE BASED ON THE BEARING BETWEEK O.C.S. HORIZONTAL CONTROL STATION GPS # 0098 (SJC 200) AND STATION OPS If 0327 (LC -12), BEING REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO F2 ❑3 GRADE PER IRWD STD. DWG. W-22. 21 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO 25 INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. GRADE PER IRWD STD. DWG. W-22. ADJUST 11 ADJUST SMH FRAME AND COVER TO GRADE PER IRWD DWG. NO. S-1. 14 EMERGENCY TELEPHONE NUMBERS DAY NIGHT SOUTHERN CALIFORNIA GAS COMPANY (800) 427-2200 SOUTHERN CALIFORNIA EDITON COMPANY (800) 611-1911 AT&T TELEPHONE COMPANY 800 332-1321 CITY OF NEWPORT BEACH UTILITIES DEPARTMENT 949) 644-3011 (949) 644-3717 ORANGE COUNTY SANITATION DISTRICT (714) 962-2411 TIME WARNER CABLE (714) 542-6222 COX COMMUNICATIONS - ENGINEER OF RECORD ENGINEER'S NOTES TO CONTRACTOR THE EXISTENCE AND LOCATION OF ANY UNDERGROUND UTILITIES, PIPES, AND/OR STRUCTURES SHOWN ON THESE PLANS WERE OBTAINED BY A SEARCH OF AVAILABLE RECORDS. TO THE BEST OF OUR KNOWLEDGE, THERE ARE NO EXISTING UTILITIES EXCEPT AS SHOWN ON THESE PLANS. THE CONTRACTOR SHALL ASCERTAIN THE TRUE VERTICAL AND HORIZONTAL LOCATION OF THOSE UNDERGROUND UTIL111ES TO BE USED AND SHALL BE RESPONSIBLE FOR ANY DAMAGE TO ANY PUBLIC OR PRIVATE UTILITIES, SHOWN OR NOT SHOWN HEREON. IF THE CONTRACTOR ENCOUNTERS ANY DISCREPANCIES, CONFLICTS OR AREAS WHICH HE FEELS UNWORKABLE, HE SHALL NOTIFY THE ENGINEER IMMEDIATELY PRIOR TO CONTINUING OR DEVIATING FROM THIS PLAN. )1�_� or �LZFOR�% PAVEMENT REHABILITATION CONTRACT NO. 7588-2 CNB PROJECT NO. 19R22 IRWD CODE 7485 APPROVED: DAVID A. ABB, P. ., PUBLIC WORKS DIRECTO APPROVED: JAMES,, -M. HOULIHAN, P.E., DEPUTY PWD CITY 11 11 DATE: DATE: (NEER N LOCATION MAP NOT TO SCALE 701 N. Parkcenter Drive Santa Ano, CA 92705 ' I TA 1 T P'714/560/8200 f;714/560/8211 www.taft.com 1' I' Since 1964 Los Angeles Sacramento Son Francisco Dallas Ontario San onDlogDiego Boise Denver DAVID SLO Fl, RCE 82595 DATE Q OW . O G, �Q �Z Df No -82595 * xp.0913012020 \T OF IV1� O �P CA�_\E IRVINE RANCH WATER DISTRICT APPROVAL OF DOMESTIC WATER, SANITARY SEWER & RECYCLED WATER FACILITIES, IRWD CODE 7485, PROJECT NOS. 07796, 07795, & 07797 &aex ;�:� 3110120 APPROVEWBY DATE SUPERVISED BY DESIGNED:JM DRAWN: CHECKED: DTSDATE: WED BY f 10ZO DAT GENERAL NOTES 1. ALL WORK DETAILED ON THESE PLANS TO BE PERFORMED UNDER CONTRACT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION" (2015 EDITION) AND SUPPLEMENTS TO DATE, EXCEPT AS OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL PROVISIONS, OR IN THIS CONTRACT'S SPECIAL PROVISIONS. 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD PRIOR TO BEGINNING CONSTRUCTION. 3. ALL EXPOSED CONCRETE SURFACES SHALL CONFORM IN GRADE, COLOR, DIMENSION, AND FINISH TO ADJOINING IMPROVEMENTS. 4. P.C.C. SHALL BE CLASS 560—C-3250 5• CONTRACTOR SHALL ADJUST CITY UTILITIES (e.g. WATER VAULTS, WATER VALVES, SCO, SURVEY MONUMENTS, SEWER AND STORM DRAIN MANHOLES) FRAMES AND COVERS TO FINISHED GRADE PER CITY STANDARDS. ALL OTHER UTILITIES SHALL BE ADJUSTED TO GRADE BY OTHERS, AS INDICATED ON THE PLANS. 6. PROPOSED PAVEMENT AND CURB AND GUTTER SHALL JOIN AND MATCH LINE AND GRADE OF EXISTING IMPROVEMENTS UNLESS NOTED OTHERWISE. 7. ANY DISCREPANCY IN THE DRAWINGS OR SPECIFICATIONS SHALL BE CALLED TO THE ATTENTION OF THE ENGINEER. ENGINEER SHALL MAKE CHANGES TO DRAWINGS TO REFLECT AS CONSTRUCTED CONDITION. FAILURE TO DO SO WILL PLACE RESPONSIBILITY OF THE CONTRACTOR FOR CORRECTION AND LIABILITY ON ENGINEER OF RECORD. 8. ANY WORK NOT INDICATED ON THE DRAWINGS BUT CALLED FOR IN THE SPECIFICATIONS, OR VICE—VERSA, AND ANY WORK REQUEST BY CNB PUBLIC WORKS INSPECTOR SHALL BE FURNISHED AND PERFORMED AS THOUGH SPECIFICALLY INDICATED AND CALLED FOR IN BOTH. ANY WORK NOT INSTALLED ACCORDING TO DRAWINGS AND SPECIFICATIONS OR ORDINANCES AND LAWS SHALL BE REPLACED AT CONTRACTOR'S EXPENSE. CONSTRUCTION NOTES REHABILITATION NOTES: 1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN 1/4" WITH ASPHALT 20 BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. O LOCATE, SAWCUT, AND REMOVE 10.5" EXISTING PAVEMENT AND BASE AND CONSTRUCT LOCALIZED 10.5" FULL DEPTH AC PAVEMENT SECTION PER DETAIL 3 ON SHEET 3. ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. O REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'A' SHOWN ON SHEET 4. © REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'B' SHOWN ON SHEET 4. REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT VARIABLE HEIGHT CURB PER APPLICABLE PORTION OF (J7 CNB STD -182-L TO JOIN EXISTING LANDSCAPE IMPROVEMENTS AND REPAIR ADJACENT LANDSCAPING AND IRRIGATOIN SYSTEM ® JOIN EXISTING PAVEMENT. O GRADE AND REPAIR ADJACENT LANDSCAPING AND IRRIGATION SYSTEMS TO JOIN PROPOSED WALK AND RAMP ELEVATIONS. 10 REMOVE EXISTING PRIVATE SIDEWALK AND CONSTRUCT NEW SIDEWALK AT 5% MAX SLOPE PER CNB STD -180-L TO JOIN PROPOSED CURB RAMP. UTILITY ADJUSTMENT NOTES: [1 ADJUST THE BEARING SHOWN HEREON ARE BASED ON THE BEARING BETWEEK O.C.S. HORIZONTAL CONTROL STATION GPS # 0098 (SJC 200) AND STATION OPS If 0327 (LC -12), BEING SDMH/SMH FRAME AND COVER TO GRADE PER CNB STD -401-L. F2 REMOVE N 57" 35' 33" W PER RECORDS ON FILE IN THE OFFICE OF THE COUNTY SURVEYOR. PER RECORD OF SURVEY 95-1055 (BOOK 182 PAGES 41-45). CALL TOLL FREE REMOVE DATUM STATEMENT: COORDINATES SHOWN ARE BASED ON THE CALIFORNIA COORDINATE SYSTEM INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. ® ADJUST (CCS83), ZONE M. NAD83 (1988 ORNAGE COUNTY GPS ADJUSTMENT). 1-800-422-4133 F5 ADJUST BENCHMARK: © REMOVE AND COUNTY OF ORANGE BEFORE YOU DIG DESIGNATION: 3M-29-99 WELL FRAME AND COVER TO GRADE. ® REMOVE ELEVATION: 192.498 FEET (DATUM: NAVD 1988) INSTALL NEW PULL BOX TO GRADE. 79 NOT USED. ADJUSTED: 2004 10 REMOVE AND DESCRIPTION: DESCRIBED BY OCS 2002 — FOUND 3 '%" OCS ALUMINUM BENCHMARK DISK STAMPED '3M-29-99" SET IN THE TOP NORTHEAST CORNER OF 11 ADJUST SMH A 5.0 FT. BY 15.0 FT. CONCRETE CATCH BASIN. MONUMENT IS LOCATED IN THE SOUTHEASTERLY CORNER OF THE INTERSECTION OF BONITA CANYON ROAD AND MESA VIEW. LOCATION MAP NOT TO SCALE 701 N. Parkcenter Drive Santa Ano, CA 92705 ' I TA 1 T P'714/560/8200 f;714/560/8211 www.taft.com 1' I' Since 1964 Los Angeles Sacramento Son Francisco Dallas Ontario San onDlogDiego Boise Denver DAVID SLO Fl, RCE 82595 DATE Q OW . O G, �Q �Z Df No -82595 * xp.0913012020 \T OF IV1� O �P CA�_\E IRVINE RANCH WATER DISTRICT APPROVAL OF DOMESTIC WATER, SANITARY SEWER & RECYCLED WATER FACILITIES, IRWD CODE 7485, PROJECT NOS. 07796, 07795, & 07797 &aex ;�:� 3110120 APPROVEWBY DATE SUPERVISED BY DESIGNED:JM DRAWN: CHECKED: DTSDATE: WED BY f 10ZO DAT GENERAL NOTES 1. ALL WORK DETAILED ON THESE PLANS TO BE PERFORMED UNDER CONTRACT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION" (2015 EDITION) AND SUPPLEMENTS TO DATE, EXCEPT AS OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL PROVISIONS, OR IN THIS CONTRACT'S SPECIAL PROVISIONS. 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD PRIOR TO BEGINNING CONSTRUCTION. 3. ALL EXPOSED CONCRETE SURFACES SHALL CONFORM IN GRADE, COLOR, DIMENSION, AND FINISH TO ADJOINING IMPROVEMENTS. 4. P.C.C. SHALL BE CLASS 560—C-3250 5• CONTRACTOR SHALL ADJUST CITY UTILITIES (e.g. WATER VAULTS, WATER VALVES, SCO, SURVEY MONUMENTS, SEWER AND STORM DRAIN MANHOLES) FRAMES AND COVERS TO FINISHED GRADE PER CITY STANDARDS. ALL OTHER UTILITIES SHALL BE ADJUSTED TO GRADE BY OTHERS, AS INDICATED ON THE PLANS. 6. PROPOSED PAVEMENT AND CURB AND GUTTER SHALL JOIN AND MATCH LINE AND GRADE OF EXISTING IMPROVEMENTS UNLESS NOTED OTHERWISE. 7. ANY DISCREPANCY IN THE DRAWINGS OR SPECIFICATIONS SHALL BE CALLED TO THE ATTENTION OF THE ENGINEER. ENGINEER SHALL MAKE CHANGES TO DRAWINGS TO REFLECT AS CONSTRUCTED CONDITION. FAILURE TO DO SO WILL PLACE RESPONSIBILITY OF THE CONTRACTOR FOR CORRECTION AND LIABILITY ON ENGINEER OF RECORD. 8. ANY WORK NOT INDICATED ON THE DRAWINGS BUT CALLED FOR IN THE SPECIFICATIONS, OR VICE—VERSA, AND ANY WORK REQUEST BY CNB PUBLIC WORKS INSPECTOR SHALL BE FURNISHED AND PERFORMED AS THOUGH SPECIFICALLY INDICATED AND CALLED FOR IN BOTH. ANY WORK NOT INSTALLED ACCORDING TO DRAWINGS AND SPECIFICATIONS OR ORDINANCES AND LAWS SHALL BE REPLACED AT CONTRACTOR'S EXPENSE. CONSTRUCTION NOTES REHABILITATION NOTES: 1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN 1/4" WITH ASPHALT 20 BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. O LOCATE, SAWCUT, AND REMOVE 10.5" EXISTING PAVEMENT AND BASE AND CONSTRUCT LOCALIZED 10.5" FULL DEPTH AC PAVEMENT SECTION PER DETAIL 3 ON SHEET 3. ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. O REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'A' SHOWN ON SHEET 4. © REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'B' SHOWN ON SHEET 4. REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT VARIABLE HEIGHT CURB PER APPLICABLE PORTION OF (J7 CNB STD -182-L TO JOIN EXISTING LANDSCAPE IMPROVEMENTS AND REPAIR ADJACENT LANDSCAPING AND IRRIGATOIN SYSTEM ® JOIN EXISTING PAVEMENT. O GRADE AND REPAIR ADJACENT LANDSCAPING AND IRRIGATION SYSTEMS TO JOIN PROPOSED WALK AND RAMP ELEVATIONS. 10 REMOVE EXISTING PRIVATE SIDEWALK AND CONSTRUCT NEW SIDEWALK AT 5% MAX SLOPE PER CNB STD -180-L TO JOIN PROPOSED CURB RAMP. UTILITY ADJUSTMENT NOTES: [1 ADJUST CITY SDMH/SMH FRAME AND COVER TO GRADE PER CNB STD -401-L. F2 REMOVE AND INSTALL NEW CITY WATER VALVE BOX AND COVER TO GRADE PER CNB STD -511-L. F3 REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. ® ADJUST GAS VALVE FRAME AND COVER TO GRADE (BY OTHERS -SCG). F5 ADJUST TELECOM MH FRAME AND COVER TO GRADE (BY OTHERS -COX). © REMOVE AND INSTALL NEW SURVEY MONUMENT BOX FRAME AND COVER TO GRADE PER CNB STD -116-L. �7 ADJUST MONITORING WELL FRAME AND COVER TO GRADE. ® REMOVE AND INSTALL NEW PULL BOX TO GRADE. 79 NOT USED. 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. 11 ADJUST SMH FRAME AND COVER TO GRADE PER IRWD DWG. NO. S-1. IRWD ADJUSTMENT NOTES 1. CONTRACTOR TO COORDINATE PICKUP AND DELIVERY OF NEW IRWD CAN AND LIDS WITH IRWD INSPECTOR. 2. ONCE PAVED OVER, ALL IRWD WATER VALVES AND MANHOLES ARE TO BE RAISED TO GRADE WITHIN THREE CALENDAR DAYS. SHEET INDEX SHEET NO. DESCRIPTION 1 TITLE SHEET 2 INDEX SHEET 3 TYPICAL SECTIONS AND DETAILS 4 TYPICAL SECTIONS AND DETAILS 5 STREET IMPROVEMENTS -FORD ROAD - STA. 10+77.74 TO STA. 16+00 6 STREET I MPROVEMEN TS- FORD ROAD - STA. 16+00 TO STA. 25+00 7 STREET IMPROVEMENTS -FORD ROAD - STA. 25+00 TO STA. 34+00 8 STREET IMPROVEMENTS -FORD ROAD - STA. 34+00 TO STA. 43+00 9 STREET IMPROVEMENTS-BONITA CANYON DRIVE AND FORD ROAD INTERSECTION - STA. 43+00 TO STA. 524 10 STREET IMPROVEMENTS-BONITA CANYON DRIVE - STA. 52+00 TO STA. 61+00 11 STREET IMPROVEMENTS-BONITA CANYON DRIVE - STA. 61+00 TO STA. 70+00 12 STREET IMPROVEMENTS-BONITA CANYON DRIVE - STA. 70+00 TO STA. 79+00 13 STREET IMPROVEMENTS-BONITA CANYON DRIVE - STA. 79+00 TO STA. 88+00 14 STREET IMPROVEMENTS-BONITA CANYON DRIVE - STA. 88+00 TO STA, 97+00 15 STREET IMPROVEMENTS-BONITA CANYON DRIVE - STA. 97+00 TO STA. 106+00 16 STREET IMPROVEMENTS-BONITA CANYON DRIVE - STA. 106+00 TO STA. 108+74 17 SIGNING AND STRIPING PLAN - STA 10+00 TO 34+40 18 SIGNING AND STRIPING PLAN - STA 34+40 TO 61+20 19 SIGNING AND STRIPING PLAN - STA 61+20 TO 85+55 20 SIGNING AND STRIPING PLAN - STA 85+55 TO 108+74 C 75$8 2 APPROVAL RECOMMENDED: APPROVAL RECOMMENDED: APPROVAL RECOMMENDED: MARK VUKOJE C, PE "MICHgt J. SI CORI, PE ` MICAH MARTIN UTILITIES DIRECTOR % ASSI TA T CITY ENGINEER DEPUTY PUBLIC WORKS DIRECTOR MUNICIPAL OPERATIONS CS DATE 3-/o" 20 DATE 3-lO-Zo20 DATE-ll-Zo2y BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION TITLE SHEET CITY OF NEWPORT BEACH R -6093-S PUBLIC WORKS DEPARTMENT SHEET 1 of 20 V L E E c Ii M, I c a c M C ❑ 3 v'. I a c c LL i ❑ c o` c 0 U Vj C 0 U / z w / t U 0 0 m `0 Q 3 0 z 0 O 0 W / W M V) a S 3 0 Y CL 0 N EN 10 RESIDENCIA 52+00 53+00 54+00 55+00 56+00 57+00 58+00 59+00 60+00 FORD RD. DEX MAP 1 "=200' SHEET INDEX SHEET NO. DESCRIPTION 1 TITLE SHEET 2 INDEX SHEET 3 TYPICAL SECTIONS AND DETAILS 4 TYPICAL SECTIONS AND DETAILS Q STREET IMPROVEMENTS—FORD ROAD — STA. 10+77.74 TO STA. 16+00 © STREET IMPROVEMENTS—FORD ROAD — STA. 16+00 TO STA. 25+00 Q STREET IMPROVEMENTS—FORD ROAD — STA. 25+00 TO STA. 34+00 ® STREET IMPROVEMENTS—FORD ROAD — STA. 34+00 TO STA. 43+00 0 STREET IMPROVEMENTS—BONITA CANYON DRIVE AND FORD ROAD INTERSECTION — STA. 43+00 TO STA. 52+00 10 STREET IMPROVEMENTS—BONITA CANYON DRIVE — STA. 52+00 TO STA. 61+00 11 STREET IMPROVEMENTS—BONITA CANYON DRIVE — STA. 61+00 TO STA. 70+00 r1_21 STREET IMPROVEMENTS—BONITA CANYON DRIVE — STA. 70+00 TO STA. 79+00 rl 31 STREET IMPROVEMENTS—BONITA CANYON DRIVE — STA. 79+00 TO STA. 88+00 14 STREET IMPROVEMENTS—BONITA CANYON DRIVE — STA. 88+00 TO STA. 97+00 15 STREET IMPROVEMENTS—BONITA CANYON DRIVE — STA. 97+00 TO STA. 106+00 16 STREET IMPROVEMENTS—BONITA CANYON DRIVE — STA. 106+00 TO STA. 108+74 O SIGNING AND STRIPING PLAN — STA 10+00 TO 34+40 1g SIGNING AND STRIPING PLAN — STA 34+40 TO 61+20 19 SIGNING AND STRIPING PLAN — STA 61+20 TO 85+55 ® SIGNING AND STRIPING PLAN — STA 85+55 TO 108+74 BONITA CANYON DR. - 6 � 0 k X 64x00 \ 65'`0 p \1 66x00 \T 6j+00 \ \ \ X 66x00 \ \ \ \ � »a OO \ y� 7jx00 13 \ <. Al74x00 I \ \ 75+00 76+0� ` BATTERSEA 0 F- 77+00 — – ¢ ti i a5+p0 78+oo79+00 80+00 81+00 82+00 83+00 g4+100��� / \ \ I TAI T I Since 1964 701 N. Parkcenter Drive Santa Ana, CA 92705 p: 714/560/8200 f: 714/560/8211 www.tait.com Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE PV\ 0 W� SS/0�� �z No.82595 m * xp.09/30/2020 CIVICv� OF CA0 / 102+00 / 100+00 101+00 -1� / / / gg+00 / � /MgpFtD 1 / 1 I I � NO. I DATE I DESCRIPTION OF REVISIONS APPROVED LEGEND REVIEWED: PATRICIA S. KHARAZM , PE ASSOCIATE CIVIL ENGINEER DATE 3/10/20 INDEX MAP 1 "=200' — — ROADWAY SHEET LIMITS SIGNING & STRIPING PLAN LIMITS C-7588-2 BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION INDEX SHEET CITY OF NEWPORT BEACH R -6093-S PUBLIC WORKS DEPARTMENT SHEET 2 of 20 rn L 0 R/W R/W Em VARIES (48'-54') VARIES (60'-62') VARIES (40'-55') VARIES 33' 13' (5'-15) VARIES 1 EX. MEDIAN VARIES ARIES (PER PLAN). < FT—T I I I I I I I I r — — — — —— — T==,Ill EX. S/W 2 _I I_I 2 — LOCATION & EX. 3 lnnnTu vnpiF7c 1 C&G TYPICAL SECTION FORD ROAD NTS FROM STA 10+84.96 TO STA 14+51.64 (JAMBOREE TO PRIVATE DRIVEWAY) R/W 48' VARIES (54'-58') 10' VARIES (32'-46') VARIES VARIES (33'-42') 13' (5'-12') EX. MEDIAN VARIES VARIES 1 VARIES VARIES PER PLAN) (PER PLAN) (PER PLAN) (PER PLAN) R/W T -T — I I I I 1 1 EX. S/W 2 — LOCATION & 1 EX. WIDTH VARIES 3 C&G TYPICAL SECTION FORD ROAD NT FROM STA 15+30.03 TO STA 19+87.58 (PRIVATE DRIVEWAY TO SOUTHAMPTON CT.) R/W R/W VARIES (46'-50') 54' VARIES (8'-12) 32' VARIES (6'-16') VARIES (32'-42') 11' I II 1 EX. MEDIAN VARIES VARIES VARIES VARIES (PER PLAN) (PER PLAN) (PER PLAN) (PER PLAN) I I \�I — EX. I I I I I I 1 1 EX. / 1 I I S W I I EX. OK 2 I_I I_I 2 1° _1 S/W C&G 1 3 LOCATION & LOCATION & 3 1 EX. WIDTH VARIES WIDTH VARIES C&G TYPICAL SECTION FORD ROAD NT FROM STA 21+00.26 TO STA 27+55.01 (SOUTHAMPTON CT. TO SOUTHERN HILLS DR.) R/W R/W 46' 1 54' 8' 1 VARIES (32'-42') 1 VARIES (6'-16') VARIES (32'-42') 1 11' I I1 EX. MEDIAN VARIES VARIES VARIES VARIES (PER PLAN) (PER PLAN) (PER PLAN) (PER PLAN) I t EX. 1 I° I I I I 7in EX. 1S/W 21� 1S/W C&G 3LOCATION & TION & 3 EX. WIDTH VARIES WTH VARIES C&G TYPICAL SECTION FORD ROAD NT FROM STA 29+12.20 TO STA 41+12.62 (SOUTHERN HILLS DR. TO BELCOURT DR.) 1.5' 1.5' R/W 10' R/W VARIES (48'-60') VARIES (40'-42') VARIES (6'-9') VARIES (54'-61') VARIES (37'-53') R/W VARIES VARIES VARIES 1 EX. MEDIAN (PER PLAN) (PER PLAN) T -T I I I I I I —rI -- I I I I I I 1 EX. I S/W LOCATION & 1 EX. 3 WIDTH VARIES C&G TYPICAL SECTION FORD ROAD NT FROM STA 42+55.97 TO STA 46+95.81 (BELCOURT DR. TO MACARTHUR BLVD.) VARIES (70'-85') 11' 11' VARIES (54'-61') VARIES (65'-69') VARIES VARIES (42'-54') (5'-10') 111 1.5' CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. OLOCATE, SAWCUT, AND REMOVE 10.5" EXISTING PAVEMENT AND BASE AND CONSTRUCT LOCALIZED 10.5" FULL DEPTH AC PAVEMENT SECTION PER DETAIL 3 ON SHEET 3. LEGEND 2" ARHM FINISH COURSE R/W 1" MIN. AC LEVELING COURSE 81 10.5" FULL DEPTH AC BASE COURSE VARIES ' VARIES 1 EX. MEDIAN (PER PLAN) T -T E X.I a 1 1---7 1° — S/W EX. EX. I I 2 I_I I_I 2 I _I S/W C&G 1 1 EX. C&G TYPICAL SECTION BONITA CANYON DRIVE NT FROM STA 51+35.10 TO STA 54+27.76 (MACARTHUR BLVD. TO RESIDENCIA) R/W R/W VARIES (66'-82') VARIES (63'-66') 11' 11' VARIES (33'-53') VARIES VARIES (33'-36') 5' 5' 8' (15-20'1 1 EX. MEDIAN —t ---F II II :: rF- -5--- la I I � EX. 1 I° I I I I I EX. S/W I I I I I I I I 1 I I 2 I_I I_I I ° —1 S/W EX. 2 C&G 1 1 EX. C & G TYPICAL SECTION BONITA CANYON DRIVE NT FROM STA 55+58.22 TO STA 57+71.79 (RESIDENCIA TO BRIDGE OVER CROSSING) R/W q R/W 58' VARIES (58'-80') 11' 11' 33' VARIES VARIES (33'-65') 5' 5' 8' (4'-20') 1 EX. MEDIAN —t--7 Ia EX. 1 I° I I I I I EX. S/W I I I I I I I I 1 S/W EX. — — 2 C&G 1 1 EX. C&G TYPICAL SECTION BONITA CANYON DRIVE NT FROM STA 62+72.00 TO STA 71+81.17 (BRIDGE OVER CROSSING TO MESA VIEW DR.) EX. AC PAVEMENT 2 —IIIIIIIIIIIIIIII 1I— ❑1 REMOVE 10.5" SECTION OF EXISTING PAVEMENT, BASE, AND SUBGRADING l2 SCARIFY AND COMPACT SUBGRADE TO 95% RELATIVE COMPACTION INSTALL 10.5" MIN. AC PAVEMENT SECTION WITH PRIOR CITY APPROVAL, CONTRACTOR MAY ELECT TO EITHER �4 INSTALL 3" TEMP AC OR, FOR LARGER PATCHES, RAMP EDGE OF AC PATCH AT 1:20 MAX. FULL DEPTH AC PAVEMENT SECTION NOT TO SCALE NOTE TO CONTRACTOR LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED IN FIELD DURING CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. C-7588-2 I U) 0 E E 0 I 0 N 0 0 3 w 0 I 0 It 0 w U) .3 c 0 4-1U V) c 0 U c� z w / U 0 Q) m 0 3 a) Z I 0 0 w / w / .3 0 R/W 58' 11' 11' VARIES (33'-53') 5'-25 68' VARIES (33'-53') 5' 5' 8' R/W 7 EX. MEDIAN 1 I I -t F- .. - -5--- EX. I I I 11° I 1 I I I I I I I I 1 EX. S/W I I I I I I I a I S/W EX. 2 I_I I_I 2 - EX. 1 1 EX. C&G TYPICAL SECTION BONITA CANYON DRIVE NT FROM STA 73+43.67 TO STA 88+45.62 (MESA VIEW DR. TO PRAIRIE RD.) R/W R/W VARIES (58'-63') 10 10' VARIES (33'-53') VARIES (70'-82') VARIES VARIES (45'-46') 4'-22'i 5' 5' 8' 81 U 1 X. MEDIAN I I - fi--7 I I 1 EX. I a I I I I I I I 1 EX. S/W I I I I I I I a I S/W EX.2 I_I I_I 2 - C&G 1 1 EX. C&G TYPICAL SECTION BONITA CANYON DRIVE R/W FROM STA 90+30.28 TO STA 98+30.07 (PRAIRIE RD. TO PCC BRIDGE DECK) VARIES (58'-73') 10 VARIES (33'-43') -14 VARIES (70'-80') VARIES (45'-57') 5' 5' 8' R/W 8' 1 EX. MEDIAN I I r-fi--7 -5--- EX. 1 I l mal I I I I I I 1 EX. S/W I I I I I I I a I S/W EX. 2 I_I I_I 2 - C&G 1 1 EX. C&G TYPICAL SECTION BONITA CANYON DRIVE NT FROM STA 99+34.18 TO STA 102+73.96 (PCC BRIDGE DECK TO CHAMBORD) R/W VARIES (68'-90') VARIES (70'-72') 8' 11 VARIES (45'-52') VARIF� VARIES (45-55) 5' 5' 8' R/W 1 EX. MEDIAN I I T -T la SA la I I I I I I\ I 1 S W E I I 2 LJ 2 C&G � J I` _I / X. 1 1 EX. C&G TYPICAL SECTION BONITA CANYON DRIVE NT FROM STA 104+08.48 TO STA 108+74.34 (CHAMBORD TO SR 73 ON/OFF RAMP) CONTRUCTION NOTES: U PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. O REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'A' SHOWN ON SHEET 4. © REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'B' SHOWN ON SHEET 4. LEGEND 2" ARHM FINISH COURSE 1" MIN. AC LEVELING COURSE NOTE TO CONTRACTOR LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED IN FIELD DURING CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. TOP OF RAMP SEE NOTE 9 4' MIN ---- 2% MAX - - r 5% MIN & 8.3% MAX SECTION A -A TOP OF RAMP RETAINING CURB \ \` IF NECESSARY SEE NOTE 94' MIN FULL HEIGHT CF - - _ - 2% MAX_ T 5% MIN & 8.3% MAX SECTION B-13DEPRESS CURB IF NECESSARY AT ENTIRE SIDEWALK AS REQUIRED 43 z RETAINING CURB _- SEE NOTE 9 FRONT EDGE -_ PROPERTY LINE 2% MAX F 2.3" MIN AND 2.4" MAX CENTER TO CENTER SPACING, TYP. O O O O O O RAISED TRUNCATED DOME PATTERN (IN-LINE) TOP DIAMETER 0.45" MIN AND 0.47" MAX OBASE DIAMTER 0.9" MIN AND 0.92" MAX RAISED TRUNCATED DOME I APP. FRONT EDGE OF SIDEWALK D NOTES: 10% MAX J AT CURB CASE "H" 10% MAX I AT CURB 1. CURB AND GUTTER WILL BE POURED FIRST AND RAMP THE FOLLOWING DAY TO CREATE COLD JOINT. 2. LOCATIONS WITH CROSS GUTTER SHALL HAVE SPANDREL REPLACED. 3. PARKWAY LANDSCAPE AND IRRIGATION SHALL BE MODIFIED IN KIND. DETAIL A CURB RAMP PAY LIMIT GUTTER I CURB & GUTTER Y AC PATC PATCH 0 I BOTTOM T CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. DRAWN: P. KHARAZMI CURB ACCESS RAMP 181 DATE: 12/20/2018 SHEET 2 OF 3 AORB I 4' MIN I N 2% MAX 4' MIN I I FRONT EDGE OF SIDEWALK 10% MAX J AT CURB ALONG ACCESS 2% MAX \ \` 0" CF A OR BCF FULL HEIGHT CF 1MAX 0% CASE "A" AT CURB A ORBRETAINING CURB IF NECESSARY AT 6" TYP 43 z _- RETAINING CURB FRONT EDGE -_ PROPERTY LINE t L- 4' MIN OF SIDEWALK K N 1 2% MAX I I I V MIN 5% MIN & ,y SX MIN & 8.3% MAX x 8.3X MAX 80 FRONT EDGE _ MAXM OF SIDEWALK % AT CURB A ORB 10 CF j� VARIABLE 0" Cf I I 1 RETAINING CURB z FULL HBC+fT OF 0 RETAINING CUR_ B -?c g5% MINFRONT r " TYp, 8.3% MAX �a EDGE OF SIDEWALK I APP. ALONG ACCESS 2% MAX I IVARIABLE �j 0" CF FULL HEIGHT CF 1MAX 0% 1 I AT CURB Cf ... CASE "D" 43 z RETAINING CURB FRONT EDGE OF SIDEWALK a m FULL HEIGHT CF x 0" CF 6" TV. N 0" CF 0o VARIABLE CF 2 SAX- VARIABLE A� 0" CFS o" cFCASE "E" FULL HEIGHT CF j� VARIABLE 0" Cf I I 1 RETAINING CURB z FULL HBC+fT OF 0 RETAINING CUR_ B -?c g5% MINFRONT r " TYp, 8.3% MAX �a EDGE OF SIDEWALK I APP. -- 0" CF P , 0" CF VARIABLE-- FRONT EDGE _ OF SIDEWALK 0" CF FULL CASE "F" HEIGHT Cf CASE „C„ CF 1 DIRT USE WHEN SIDEWALK IS LESS THAN 6' WIDE 111 RETAINING I I ,+ ( s, + -? CURB I + + j f+�+,�+� VARIES + 3 +) + " JOIN EX. 0" CF 4' MIN 6" TYP. ---- 2% MAX 4' MIN VARIABLE CF x N I I� a 5X MN & FULL HEIGHT CF N 5' MIN ° z FRONT EDGE ° OF SIDEWALK 0" CF ----- ALONG ACCESS 2% MAX RAMP LANDING SLOPE T EDGE FULL 1MAX 0% 0"BCF OFOS IDEWALK HEIGHT C F AT CURB Cf ... CASE "D" -- 0" CF P , 0" CF VARIABLE-- FRONT EDGE _ OF SIDEWALK 0" CF FULL CASE "F" HEIGHT Cf CASE „C„ CF 1 DIRT USE WHEN SIDEWALK IS LESS THAN 6' WIDE 111 RETAINING I I ,+ ( s, + -? CURB I + + j f+�+,�+� VARIES + 3 +) + " JOIN EX. 0" CF 4' MIN 6" TYP. ---- 2% MAX 4' MIN VARIABLE CF x N I I� a 5X MN & FULL HEIGHT CF N 5' MIN ° z FRONT EDGE ° OF SIDEWALK 0" CF ----- CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. DRAWN: P. KHARAZMI DATE: 12/20/2018 CURB ACCESS RAMP 181 SHEET 1 OF 3 NOTES 1. If DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' MIN PLATFORM (LANDING) AS IN CASE A, THE SIDEWALK MAY BE DEPRESSED LONGITUDINALLY OR MAY BE WIDENED AS IN CASE D. 2. If SIDEWALK IS LESS THAN 6' WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE C. 3. (NOT USED) 4. (NOT USED) 5. THE PAY LIMITS FOR CURB ACCESS RAMPS SHALL BE AS SHOWN IN DETAIL A. 6. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. SIDEWALK AND RAMP THICKNESS, "T", SHALL BE 4" MIN. 8. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP SHALL BE RELOCATED OR ADJUSTED TO GRADE. 9. COUNTERSLOPES OF ADJOINING GUTTERS AND ROAD SURFACES IMMEDIATELY ADJACENT TO AND WITHIN 24" OF THE CURB RAMP SHALL NOT BE STEEPER THAN 1V.20H (5.0%). GUTTER PAN SLOPE SHALL NOT EXCEED 1" OF DEPTH FOR EACH 2'-0" OF WIDTH. 10. RAISED TRUNCATED DOMES SHALL BE DARK GRAY IN COLOR AND SHALL BE ADA PAVERS AS MANUFACTURED BY WAUSAU TILE, INC OF WISCONSIN, ADA -2 COLOR A-90 OR APPROVED EQUAL 11. DETECTABLE WARNING SURFACES SHALL BE A MINIMUM OF 48" WIDE PERPENDICULAR TO THE DIRECTION OF TRAVEL AND EXTEND 36" MINIMUM IN THE DIRECTION OF TRAVEL I APP. CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. DRAWN: P. KHARAZMI CURB ACCESS RAMP 181 DATE: 12/20/2018 SHEET 3 OF 3 CNB CURB RAMP DETAIL AND PAY LIMITS NO 10 ')CAI C-7588-2 ALONG ACCESS 2% MAX RAMP LANDING SLOPE T EDGE FULL 1MAX 0% 0"BCF OFOS IDEWALK HEIGHT C F AT CURB Cf CASE "D" CASE "G" CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. DRAWN: P. KHARAZMI DATE: 12/20/2018 CURB ACCESS RAMP 181 SHEET 1 OF 3 NOTES 1. If DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' MIN PLATFORM (LANDING) AS IN CASE A, THE SIDEWALK MAY BE DEPRESSED LONGITUDINALLY OR MAY BE WIDENED AS IN CASE D. 2. If SIDEWALK IS LESS THAN 6' WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE C. 3. (NOT USED) 4. (NOT USED) 5. THE PAY LIMITS FOR CURB ACCESS RAMPS SHALL BE AS SHOWN IN DETAIL A. 6. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. SIDEWALK AND RAMP THICKNESS, "T", SHALL BE 4" MIN. 8. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP SHALL BE RELOCATED OR ADJUSTED TO GRADE. 9. COUNTERSLOPES OF ADJOINING GUTTERS AND ROAD SURFACES IMMEDIATELY ADJACENT TO AND WITHIN 24" OF THE CURB RAMP SHALL NOT BE STEEPER THAN 1V.20H (5.0%). GUTTER PAN SLOPE SHALL NOT EXCEED 1" OF DEPTH FOR EACH 2'-0" OF WIDTH. 10. RAISED TRUNCATED DOMES SHALL BE DARK GRAY IN COLOR AND SHALL BE ADA PAVERS AS MANUFACTURED BY WAUSAU TILE, INC OF WISCONSIN, ADA -2 COLOR A-90 OR APPROVED EQUAL 11. DETECTABLE WARNING SURFACES SHALL BE A MINIMUM OF 48" WIDE PERPENDICULAR TO THE DIRECTION OF TRAVEL AND EXTEND 36" MINIMUM IN THE DIRECTION OF TRAVEL I APP. CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. DRAWN: P. KHARAZMI CURB ACCESS RAMP 181 DATE: 12/20/2018 SHEET 3 OF 3 CNB CURB RAMP DETAIL AND PAY LIMITS NO 10 ')CAI C-7588-2 126 122 10+00 11+00 12+00 13+00 CD L(7 O / V) L.� 0LO 0 0n �6 c v N v r) 13 MIN. CD v o n 0 N 0 / O (n (71 = O ^ r+ O Ln Li - O / o - FS FS @ S'LY MEDIANo + Oo co C140 + ^ Cn + N 134 Ln +p UN N r� / / FS @ N'LY MEDIAN / ocn CURB TYP. o / ft� + In (D / 00 U-) ^ N o C 11; L(7 u LNC rn oo CION 4°/°) i Q L o 2 Cq- O O N u- Cn .. O L2 F= N 0 L0 01 NO N + ^ .. / FS @ S'LY LIP OF GUTTER (TYP.) N + N j �^ (n\ o p 1.6%) / / J a� a- coO Li- Z N NCD `. FS ® N'LY LIP OF �' �(0 °' o GUTT R (TYP.) + � o0000 + Ln nin ^ LO� � �� o FS @ N'LY MEDIAN o cn OI Cn +� +� CD (n O Li + ^ N O + N N M co N 00 N / r 4 - CO N O N 11+00 12+00 13+00 CD L(7 O / V) L.� 0LO 0 0n �6 c v N v r) 13 MIN. CD v o n 0 ^ / O (n (71 = O ^ Ln + O Ln Li - O / o - FS FS @ S'LY MEDIANo + Oo co C140 + ^ Cn + N 134 Ln +p UN N r� / / FS @ N'LY MEDIAN / ocn CURB TYP. o / cn + In (D / 00 U-) / /\ FS © N'LY LIP o C 11; L(7 Ln rn oo N 4°/°) i Q L o 2 Cq- 00 .. / F= ^ o 0 L0 C) / FS @ S'LY LIP OF GUTTER (TYP.) 11+00 12+00 13+00 CD L(7 O / V) L.� 0LO 0 0n �6 c r i � (/) W N 0 130 5 SI). 0 Z GUTTER (TYP.) _ w � 14+00 15+00 16+00 w 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 v O / r) 13 MIN. CD v o n 0 ^ ``J� co ro .� o ICY CD + (71 = CDLn 00 Ln + C'j / o .� Oo --td- + ^ Cn 134 `. 0� `0 r� / / FS @ N'LY MEDIAN / ocn CURB TYP. o / cn + In (D / 00 U-) / /\ FS © N'LY LIP o C .- OF Ln o GUTTER (TYP.) u)Ln / + O r'-) L o U) r i � (/) W N 0 130 5 SI). 0 Z GUTTER (TYP.) _ w � 14+00 15+00 16+00 w 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 2" ARHM OVER 1" ro AC r) 13 MIN. CD v o San Diego Boise Denver 0 (n + / �. +L� ``J� co ro .� o ICY CD + (71 = CDLn �� Ln + C'j / o .� Oo --td- / C/)� 134 `. 0� `0 / / FS @ N'LY MEDIAN / ocn CURB TYP. o / cn + In M + w Ln Li + 00 / `. o C " �1 / 130 Ln O i I LL ^ ± O r'-) r i � (/) W N 0 130 5 SI). 0 Z GUTTER (TYP.) _ w � 14+00 15+00 16+00 w 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 2" ARHM OVER 1" MIN. AC (n ° 13 MIN. CD v o San Diego Boise Denver O (n + / �. +L� ``J� co ro .� o AC PAVEMENT SECTION CDLn / o .� FS @ S'LY � �; / C/)� --IKTIAN CURB en /TVn 0� `0 + + In M + w C3 / 2 o cn " �1 / Q 4 on r i � (/) W N 0 130 5 SI). 0 Z GUTTER (TYP.) _ w � 14+00 15+00 16+00 w 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 2" ARHM OVER 1" MIN. AC Los Angeles Sacramento San Francisco Dallas MIN. Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE //�tOFESS/0 \� W o� 01- No.82595 z m yF xp.09/30/2020 PqT CIVIC F OF CALF CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. O LOCATE, SAWCUT, AND REMOVE 10.5" EXISTING PAVEMENT AND BASE AND CONSTRUCT LOCALIZED 10.5" FULL DEPTH AC PAVEMENT SECTION PER DETAIL 3 ON SHEET 3. ® JOIN EXISTING PAVEMENT. UTILITY ADJUSTMENT NOTES: ❑1 ADJUST CITY SDMH/SMH FRAME AND COVER TO GRADE PER CNB STD -401-L. REMOVE AND INSTALL NEW CITY WATER VALVE BOX AND COVER TO GRADE PER CNB STD -511-L. ® ADJUST GAS VALVE FRAME AND COVER TO GRADE (BY OTHERS -SCG). © REMOVE AND INSTALL NEW SURVEY MONUMENT BOX FRAME AND COVER TO GRADE PER CNB STD -116-L. �7 ADJUST MONITORING WELL FRAME AND COVER TO GRADE. LEGEND SCALE: HORIZ: 1"=40' VERT: 1 "=4' NOTE TO CONTRACTOR 0 40 60 80 LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED IN FIELD DURING CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. ( IN FEET ) 1 INCH = 40 FEET C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND ez� FORD ROAD PAVEMENT REHABILITATION PATRICIA S. KHARAZMI, PE STREET IMPROVEMENTS -FORD ROAD ASSOCIATE CIVIL ENGINEER FROM STA. 10+77.74 TO 16+00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S NO. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 5 OF 20 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2" ARHM OVER 1" MIN. AC LEVEL COURSE OVER 7.5" FULL DEPTH AC PAVEMENT SECTION SCALE: HORIZ: 1"=40' VERT: 1 "=4' NOTE TO CONTRACTOR 0 40 60 80 LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED IN FIELD DURING CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. ( IN FEET ) 1 INCH = 40 FEET C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND ez� FORD ROAD PAVEMENT REHABILITATION PATRICIA S. KHARAZMI, PE STREET IMPROVEMENTS -FORD ROAD ASSOCIATE CIVIL ENGINEER FROM STA. 10+77.74 TO 16+00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S NO. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 5 OF 20 i 4 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 Los Angeles FS @ EXTENSION OF LIP OF GUTTER Ontario San Diego Boise Denver O cn O FS ® N'LY LIP OF 3 %1 o c/, � 0 + + + GUTTER (TYP.) O N + N � ° ,d-.�-. Cnui in L.1_ + N O N Ln cD J �� LL + CD UC CIDOLN� NO +�� C14 r— N� O N o N� CID w�_ % C) U) o L / cn + , Iy' o z _ O Ln o r o o co— vin CD co J r-0 / +in +� L7 C) c00 (0.9%) C) Cn 163 CD O Cn + .. 2•� Cn U71 ^ ^e) o Cn o LL + in co Q CD CD CQr7 Cn CD N Lq C-4 CID° 161 CO O / o �- / p%� FS @ N'LY LIP OF C) Cn + N LO N�° + -r;3'/ / GUTTER (TYP.) LL_ O ^ N ro + N MEDIAN CURB / O o / o `�'— / (TYP.) `� / Li rn o + N — o Cn ^ 165 ^ O N O in (n N — t rp/ 000 O liob I — M d, `• +,. .. CD / `- FS ® N'LY o � in + / O N .=. / MEDIAN CURB o N o u_"' + T) Ln U-)^ 149 + LC) l6q L� + r7 LO N cD 1417 `i `n / 0 r7 00 / O Ln Cn O LL + C'4 c° LL r C"14 1-1 00 I� c`' ori Ln c0KAIMIAN v •-• oo� U -)CURB Orn (TYP.) �� C0^ CD +i N� 14 ^; 6%j O cn CO+ 1`6 N r`i V52 + � — ' — _ OLO 165 OV) Ln ^ — + / O Cn .=. rn o `� FS ® S'LY 149 in MEDIAN CURB 163 CD CD cn o N o CO Cn Li (n / CD (n + / LUi + ^ O 4- sl� �. O N O 161 ^ C) .-. ���� ^ �� / / o� +� �� N� LN in (0 in (D (0 Z77, + � O? / + in Q H CD O Cn + � N N 00145V CD / z N O `+ N � N N oO � O O fn nP6 0 C, %) C) Ln �h/ �o Z o� O No e 14 ° `. (0.9%) ° W w `° + (1.0%) — — — N = OI. — 164 FS @ S'LY LIP OF + cn c° / GUTTER (TYP.) in — FS @ S'LY LIP OF N (W 162w GUTTER (TYP.) ID +2 0 — 60 143Wfro. .=. / / SCALE: HORIZ: 1"=40' w VERT: 1 "=4' 16+00 17+00 18+00 19+00 20+00 21+00 22+00 23+00 24+00 25+00 Cn Li 00 CD J`_� i 4 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE //�tOFESS/0 \� W o� 01- No.82595 z m yF xp.09/30/2020 PqT CIVIC F OF CALF NO. DATE DESCRIPTION OF REVISIONS CONTRUCTION NOTES: 11 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. O LOCATE, SAWCUT, AND REMOVE 10.5" EXISTING PAVEMENT AND BASE AND CONSTRUCT LOCALIZED 10.5" FULL DEPTH AC PAVEMENT SECTION PER DETAIL 3 ON SHEET 3. ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. © REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'B' SHOWN ON SHEET 4. ® JOIN EXISTING PAVEMENT. UTILITY ADJUSTMENT NOTES: ADJUST CITY SDMH/SMH FRAME AND COVER TO GRADE PER CNB STD -401-L. REMOVE AND INSTALL NEW CITY WATER VALVE BOX AND COVER TO GRADE PER CNB STD -511-L. �5 ADJUST TELECOM MH FRAME AND COVER TO GRADE (BY OTHERS -COX). �7 ADJUST MONITORING WELL FRAME AND COVER TO GRADE. LEGEND 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2" ARHM OVER 1" MIN. AC LEVEL COURSE OVER 7.5" FULL DEPTH AC PAVEMENT SECTION 2'-4' MIN. FULL DEPTH AC SLOT PAVE AT CURB RAMP (2" ARHM OVER 8.5" FULL DEPTH PAVEMENT SECTION) (SEE DETAIL ON SHEET 4). W V = . V) t _ Lry W V) 1 W IZ J U a J� NOTE TO CONTRACTOR LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED IN FIELD DURING 0 40 60 80 CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. ( IN FEET ) 1 INCH = 40 FEET C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION STREET IMPROVEMENTS -FORD ROAD PATRICIA S. KHARAZ i, PE ASSOCIATE CIVIL ENGINEER FROM STA. 16+00 TO 25+00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S APPROVED PUBLIC WORKS DEPARTMENT SHEET 6 of 20 'Jv 0 40 60 80 ( IN FEET ) 1 INCH = 40 FEET �.i 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver FS @ EXTENSION OF LIP OF GUTTER 0 w� LL -UJ + 014O N� �k�° O^ Ln LL_ + w o) C/) N OC).. � o cri / r� cV = CO N Cc199 + l \ O Cn (n + N Q � Cn O N N / N rn 0 �5 L j M (n 1197 (i) w co coO CO+ CD �I% (�, I ° O .. 00 Cn pMj / Cn + 00 p L() O Cn N / DD Ln +^ LL %� 0 o ^ N ro � / 195 LN O O N� CIl_ / " J Q O cl� r7 Z (n I f 'ILNL r7 r14 co LN LL- + = o / FS ® N'LY LIP OF o ° + o LIP OF / M o 198 CD � N 6; GUTTER (TYP.) ED Ln en � 0%� / M � GUTTER In C ! ^ + z � �zi! CN / � � + N r� Co � � L�� r0 � CD M 1196 O^ + � Ln `� O 9% � ^ � L.L. N O o U) L� - a0 O CD / 17 O%f 2 / Ln ^ N O // r-� I\ � O O Qlj' O) M Co o r) O Cn `. ^ 168 CD u-1 - .� FS ® N'LY MEDIAN C14 Ui �- / ± FS ®N'LY C14°' CN / ^ 94 N rn CURB (TYP.) / ��% 00 / MEDIAN CD CD 4%Cn o N o N +RB ^ O / Ln LLL_^ N D7 / "d- r'") N v + ^ r_ � 172 + CO c0 / ^ / r7 / CD / + O O� +� N / �� �N N o� �- O �i N `. / L rn — _ CD U) 6%- 196 Ln ^_ N / O Ln Cn .� o + r— rn N O) 00 / / / CO LL O (n + N FS ®Sr-i'LY MEDIAN N °O o cn + rn `� " 1%i / cn / 194 / + `. `� CURB (TYP.) Ln ^ `=' 1 / / ± / M � 168 1 Y o � � `� °N° °? / 0000 / o ^ MEDIAN 1 C �+ o ON N00 ON Cn Lr) LL_ / �� / O0M0 M� O� CO / �� o ��9 CD ^ �,� / CDn / Cn + n� 172 C) Cn +^ / / or) CD U) ee +rn 00000 O Li Ln Ln O N O LL Ln ��9% LO Ln Ln o cn N / J¢ oo / +%1 / 193 168 z N "' / FS S'LY LIP OF p C) Cn'Lu GUTTER (TYP.) + w O U)c0 N 0 `�191 O O LL pj CO O(n N CO / CO 00 / Q W. 189 170 CD L i C°T71 0%� FS C9? S'LY LIP OF ED + ^ ty(p)o N w N oo � / GUTTER (TYP.) rn / p LG / Ge Z::1 0168 Z (2.4 i (� SCALE: 166 —HORIZ: 1"=40' / w VERT: 1 "=4' 25+00 26+00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 34+00 'Jv 0 40 60 80 ( IN FEET ) 1 INCH = 40 FEET �.i 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE //�tOFESS/0 •� W o� 01- No.82595 z m yF xp.09/30/2020 PqT CIVIC F OF CALF I= NO. DATE DESCRIPTION OF REVISIONS CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. OLOCATE, SAWCUT, AND REMOVE 10.5" EXISTING PAVEMENT AND BASE AND CONSTRUCT LOCALIZED 10.5" FULL DEPTH AC PAVEMENT SECTION PER DETAIL 3 ON SHEET 3. ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. O REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'A' SHOWN ON SHEET 4. © REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'B' SHOWN ON SHEET 4. ® JOIN EXISTING PAVEMENT. UTILITY ADJUSTMENT NOTES: ❑1 ADJUST CITY SDMH/SMH FRAME AND COVER TO GRADE PER CNB STD -401-L. REMOVE AND INSTALL NEW CITY WATER VALVE BOX AND COVER TO GRADE PER CNB STD -511-L. 55 ADJUST TELECOM MH FRAME AND COVER TO GRADE (BY OTHERS -COX). © REMOVE AND INSTALL NEW SURVEY MONUMENT BOX FRAME AND COVER TO GRADE PER CNB STD -116-L. ® REMOVE AND INSTALL NEW PULL BOX TO GRADE. LEGEND 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2" ARHM OVER 1" MIN. AC LEVEL COURSE OVER 7.5" FULL DEPTH AC PAVEMENT SECTION 2'-4' MIN. FULL DEPTH AC SLOT PAVE AT CURB RAMP (2" ARHM OVER 8.5" FULL DEPTH PAVEMENT SECTION) (SEE DETAIL ON SHEET 4). NOTE TO CONTRACTOR LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED IN FIELD DURING CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION STREET IMPROVEMENTS -FORD ROAD PATRICIA S. KHARAZM , PE ASSOCIATE CIVIL ENGINEER FROM STA. 25+00 TO 34+00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S APPROVED PUBLIC WORKS DEPARTMENT SHEET 7 of 20 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver O N CD L_ o �' FS @ EXTENSION OF LIP OF GUTTER O O CD Cn ^ + � + r ^Lp + � ^ CD + LL_ L � o Cn � ^ O (n � (n W+ O � n O O M� O o Ln +^ LJ_ O O m M= O^ + 00 r7 cD N N O N u O O Cp O(D + (/) L j O O (n LL ^ cj a0ry, O O C ­11.n m Cn T) Q,�, Lf') LL_ `� 4 O �� �rn +`. +M CD LL_ ocn rnMo N O (n W o (0.7%) o �o N � N n + + ID w .0%) FS @ N'LY LIP OF — - (0.8%) � o 207� O— % � GUTTER (TYP.) — — — — U. 8% (0.9% 2 o — _ (1.0% r)n3 O V^ sf�hi ��j. ° / CD C/') O(n ^ O +^ L.L_ u')LL_ ^ O C) Cn LL_ CD O ° - 203 AIL LL_ CD C/) O M� � r- O r 7 rr) 00 ^ + O^ V) O CIO 00 n Ln L� OV)O O LL M O OC14 N N O N �� O O 17 O +00 (7) CC) O^ + 00 CDU) LL O U) O I (n M N o0 o N O O O Cp O O 00 + ^ 00 L0 n ON `� C14 O o +O 00 o O^ o + 207C"!+ O Ln O 7\ N O o 207 .�c7i- FS ® N'LY MEDIAN — _ — CURB (TYP.)205 — — — — CD (n o Cn o Cn 205 / / LO LNi � CD p00 M CT o °M0 0 o O ^ O Cn .-. n 00 c0 Ln LiC� Cn 203 O o^ Cn r7 r O O N o O r- o 0 0 O O^ + O Cn O Cn CT (n O (n C7) O N O Cp O C7) + p^O CT ^ Ln Li NCD L(7 Cn 208208 Cn + O CD v ON LO + O^ OLJ_� 00 0 FS @ S'LY MEDIAN_ N o 1_J 14 206 CURB (TYP.) 206 i oN C) oL_ U) o- oCn — 204 + LJ_Cn •-• o + 00 ^ st o Cn / Li i +ro O O N r7 p 00 O M Lo CO + Ln CD O� Cn oC/) c O +O (n ^M O O ' N C0 O 00 O 0) + (b Ln O +^ L- O LnL� Cn 0(n CD Cn ^0 C14 4 o Ln 'CD 0O C14 Ln CD +F. + 0.2% � -4 � 207 ro CD CD 207 5%i FS ® S'LY LIP OF — - — _ 0.7% ( ) 0 M w w Ong i GUTTER (TYP.) — — — — _ _ _ °— _ / i v Q IMME W M Cn (/) W rn LL w N (/) Lq 00 r� 0O n w CD +o O cn — N O c0 +R SCALE: 4HORIZ: 1"=40' "=4' w M VERT: 1 34+00 35+00 36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE w Z J M 0 0 w J w F�- x w //�tOFESS/0 \� W o� 01- No.82595 z m yF xp.09/30/2020 PqT CIVIC F OF CALF Z J J Cn Of CD¢ 00 x N w x w NO. DATE DESCRIPTION OF REVISIONS CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. O LOCATE, SAWCUT, AND REMOVE 10.5" EXISTING PAVEMENT AND BASE AND CONSTRUCT LOCALIZED 10.5" FULL DEPTH AC PAVEMENT SECTION PER DETAIL 3 ON SHEET 3. © REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'B' SHOWN ON SHEET 4. ® JOIN EXISTING PAVEMENT. UTILITY ADJUSTMENT NOTES: REMOVE AND INSTALL NEW CITY WATER VALVE BOX AND COVER TO GRADE PER CNB STD -511-L. �5 ADJUST TELECOM MH FRAME AND COVER TO GRADE (BY OTHERS -COX). © REMOVE AND INSTALL NEW SURVEY MONUMENT BOX FRAME AND COVER TO GRADE PER CNB STD -116-L. ® REMOVE AND INSTALL NEW PULL BOX TO GRADE. LEGEND 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2" ARHM OVER 1" MIN. AC LEVEL COURSE OVER 7.5" FULL DEPTH AC PAVEMENT SECTION 2'-4' MIN. FULL DEPTH AC SLOT PAVE AT CURB RAMP (2" ARHM OVER 8.5" FULL DEPTH PAVEMENT SECTION) (SEE DETAIL ON SHEET 4). NOTE TO CONTRACTOR 0 40 60 80 LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED INFIELD DURING CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. ( IN FEET ) 1 INCH =40 FEET C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND 6), 1, FORD ROAD PAVEMENT REHABILITATION STREET IMPROVEMENTS -FORD ROAD PATRICIA S. KHARAZMI, PE ASSOCIATE CIVIL ENGINEER FROM STA. 34+00 TO 43+00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S APPROVED PUBLIC WORKS DEPARTMENT SHEET 8 of 20 I I TA I T p:714/560/8200 f:714/560/8211 www.tait.com 1 1 Since 1964 + ^ o C/) O CD � San Diego Boise Denver Lr) O 00oo W Ia— - o CD n W 2 W CO r� + co co CD L() Cn W O cn D O Lf) cn r O Z W `. + O ^ c0 O U) Z --j Q r U � a O z m %0%�!!!" 40 60 80 ( IN FEET ) N 1 INCH = 40 FEET Ln CD + C-7588-2 + + REVIEWED: BONITA CANYON DRIVE AND � FORD ROAD PAVEMENT REHABILITATION STREET IMPROVEMENTS \ PATRICIA S. KHARAZMY, PE BONITA CANYON DRIVE AND FORD ROAD O (n ASSOCIATE CIVIL ENGINEER DATE 3/10/20 FROM STA. 43+00 TO 52+00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT R -6093-S N APPROVED N NC7� SHEET 9 of 20 LE)^ o N + to 204 �- LO 201 N O N o � O LL _N X.) 1.1qi % / / 2.1q) M p 99 FS N'LY LIP OF — U. _ (0.4%) (0.5%) ° _ — FS @ N'LY LIP OF 2.1q ) GUTTER (TYP.) GUTTER (TYP.) O ^ O (n � Li O +rj p OCD + IL N Cn O (n O Cn CD L�� N Ln (n LL + O Ln00 CD u- p �r" +^ O�LCL_ CD U) Ln LL_ + r -O rnCn p CD U) ^ O LiLq + L( ) CD Li N O N rn r- NCD N O C14 r -O N O � O (n LL p N N Ln L() 203 20 5N Or7 N ON � 00 O N - - + M � � N cD 201 FS ® N'LY MEDIAN — — — — — — — FS @ N'LY MEDIA 0') 201 CURB (TYP.) _ — _ _ CURB (TYP.) ._. 199 ED O En LL_ ^ O Ln V)+ u - CD (n �� �� +o �� CD n pN Ln� � 00 �� O pOp + r j Ln I O Li LL_^ oN + LL_..C14 + r- N bu 00 C14 p Ln COO L.- N O Ln ^ O ^ r- p ^ O N LC)L - 205 Cell O N `� _ l O O N 00 -- - U C)203 rry FS ®SLY MEDIAN _ _ — — _ — — — _ c• � c�'i v urns n �i FS W , � I NILI�I„IN - Z- N 201 CURB (TYP.) _ _ CURB (TYP.) Q co Q (n C±1 n Ln O (n N N O (n (n W W ^ Ln p O^ (n O (/) O ^ pLO ^ O (n W (%% N � p O + ^ I�� O (n O Ln (n LL O + Lei ^ � O Cn CP O p + ^ 00 O (n En O W W O Ln I� p + .. 0O O � Ln + Co LL_ � + � ^ � � a0 00 � nj + O 00 Cn + � ^ cp O (n O W 1CD d_ O Cn + cD Z .4 `N 0.QU N LLJ o N C14� Z — � rnZ _ J FS S'LY LIP OF � 0.3%) % (0.5%) (0.4' �•9q) Q J GUTTER (TYP.) — — — U. /%' (0.4%) FS ®S'LY LIP OF Z Q GUTTER (TYP.) SCALE: 200 m < 196 HORIZ: 1"=40' VERT: 1 "=4' 43+00 44+00 45+00 46+00 47+00 48+00 49+00 50+00 51+00 52+00 I I TA I T p:714/560/8200 f:714/560/8211 www.tait.com 1 1 Since 1964 Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE \N 5'S/CN\ W Q v Z No.82595 z m * xp.09/30/2020 Pq� CIVIC F OF CA\ - NO. DATE DESCRIPTION OF REVISIONS CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. O LOCATE, SAWCUT, AND REMOVE 10.5" EXISTING PAVEMENT AND BASE AND CONSTRUCT LOCALIZED 10.5" FULL DEPTH AC PAVEMENT SECTION PER DETAIL 3 ON SHEET 3. ® JOIN EXISTING PAVEMENT. UTILITY ADJUSTMENT NOTES: REMOVE AND INSTALL NEW CITY WATER VALVE BOX AND COVER TO GRADE PER CNB STD -511—L. REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. �5 ADJUST TELECOM MH FRAME AND COVER TO GRADE (BY OTHERS—COX). © REMOVE AND INSTALL NEW SURVEY MONUMENT BOX FRAME AND COVER TO GRADE PER CNB STD -116—L. 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. LEGEND 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2" ARHM OVER 1" MIN. AC LEVEL COURSE OVER 7.5" FULL DEPTH AC PAVEMENT SECTION O O Lr) O W Ia— (1) W 2 W CO 0:: W D (W Z W O Z --j Q r U � a z m %0%�!!!" 40 60 80 ( IN FEET ) 1 INCH = 40 FEET C-7588-2 REVIEWED: BONITA CANYON DRIVE AND � FORD ROAD PAVEMENT REHABILITATION STREET IMPROVEMENTS PATRICIA S. KHARAZMY, PE BONITA CANYON DRIVE AND FORD ROAD INTERSECTION ASSOCIATE CIVIL ENGINEER DATE 3/10/20 FROM STA. 43+00 TO 52+00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT R -6093-S APPROVED SHEET 9 of 20 O O Los Angeles Sacramento San Francisco Dallas cV Ontario San Diego Boise Denver ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. Q W IF W N = W N W W 0 N Z W O Z > J Z = U 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER � Q 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2'-4' MIN. FULL DEPTH AC SLOT PAVE Z O M DETAIL ON SHEET 4). 0 40 60 80 ( IN FEET ) 1 INCH = 40 FEET C:) o cn + -jc� O + LL Ln O U) Q Ln Ln ^ ` ' + (0 V) + Ln .=. Ln ,n 00 i3 6 000 0 ^ W �- °r,° FS ® EXTENSION OF LIP OF GUTTER \ o _ Ln o U) Ln (24 °' �� ocn \ ' ° \ � `. O +� L2 ZLLJ CD cn \ \ M 00 Cn (0coo ,. \ i3• cc Ln o cn - (n N 07 Ln 8± b9 ^ FS @ N LY LIP OF 00 \ 00 FS ®N LY LIP OF � o cn \ m .-. O LL co rn Ln + LL_ o \ 2 69) °�' o + GUTTER (TYP.) ¢ � `J r- 00 o ^ GUTTER (TYP.) Z \339 C) O co \ 3 N Ln � O (n z (n 0O Ocn Ln LL Lance CLn D U) l Ln cfl O Ln O Ln + \ �_ Ln ^ cV O cn \ v O / (3 Qq + 4 m \CD Ln O (n \ ro O + LL \ L() Ln O p0 Ln [D v + Cfl N cp \ 000 (70 O rn \ cD Ln + O 174 \ .� FS @ N'LYIn N O cn \ ° O 0"'0 0 `' + ° 0 0 + 195 6.4 c0 rn Ln Ln + o \ FS ®N'LY c��l U9L� °' +o \ �� "1� Ln `� MEDIAN �� o� x•59) `=' CD CURB`' \i33 �°�° \ Ln co o ^ (TYP.) CD °' r� 00 O O cn ._ 0 L9 \ v O °O (2.3q° \ .u-. TYP. Lo'n o cn \ .. �rn Ln CD Ln \ \ �0o 'n Lno Lo 36q FS ®S'LY�00, \ +,� (1.99 MEDIAN 11 Ln Li of \ ° Ln 176 \ CURB °.rIIIZZA � o� \ \ `- Ln ^ Lon .N�-. \ CURB CD O C/) Li Ln + o co \ rn + \ L`� ul)o� co °' (TYP.) Ln C6 \ `J co N LnCD CD u- o cn\ �. + "o \ O (n + ^ O Li + \ :� O co O L - oo \ rn _ C.6 Ln ^ \ .4-+ O Ln (n \ L80 Ln LL Ln cD O L i \ O \ U-) '4- 1-1- 00 \ O Li O LnO (n C: ,;t-Ln173 `i L1j LL \ .-. �=-rn CO o cn \ Ln + 1A9 06CD cy; cn \ CD .. Ln N +^ U" CDU) co on 176 on LL_ � C) U) .. LJ +� u- `� a+o� \ U) `. CD o^ CD 174 Q .-.CD co 00 C5 N i2. gqLi O Lei \ U Lr) O O N \ �. 172 W O \ uj \ + 0 \ • W FS ®N'LY GUTTER LIP OF (TYP.) Ln ao O Ln o ? FS @ N'LY LIP OF GUTTER (TYP.) \ o O (n _ _ ° �- + \ (32q N + Z (,329 "' � O \ CO u--) rn W CD Cn CD C5 CD CD + u - 11174 V) \ ca CD01172 170 Z F_ 0 SCALE: HORIZ: 1"=40' M I I i VERT: 1 "=4' 52+00 53+00 54+00 55+00 56+00 57+00 58+00 59+00 60+00 61+00 O O Los Angeles Sacramento San Francisco Dallas cV Ontario San Diego Boise Denver ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. Q W IF W N = W N W W 0 N Z W O Z > J Z = U 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER � Q 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2'-4' MIN. FULL DEPTH AC SLOT PAVE Z O M DETAIL ON SHEET 4). 0 40 60 80 ( IN FEET ) 1 INCH = 40 FEET 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). Los Angeles Sacramento San Francisco Dallas LEVELING Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE //�tOFESS/C \� W o� 01- No.82595 z m yF xp.09/30/2020 PqT CIVIC F OF CALF CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. O REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'A' SHOWN ON SHEET 4. ©REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'B' SHOWN ON SHEET 4. ® JOIN EXISTING PAVEMENT. UTILITY ADJUSTMENT NOTES: ❑3 REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. © REMOVE AND INSTALL NEW SURVEY MONUMENT BOX FRAME AND COVER TO GRADE PER CNB STD -116-L. 8 REMOVE AND INSTALL NEW PULL BOX TO GRADE. 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. LEGEND 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2'-4' MIN. FULL DEPTH AC SLOT PAVE AT CURB RAMP (2" ARHM OVER 8.5" FULL DEPTH PAVEMENT SECTION) (SEE DETAIL ON SHEET 4). DETAIL 'A' SCALE: 1" = 10' C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION STREET IMPROVEMENTS-BONITA CANYON DRIVE PATRICIA S. KHARAZMI, PE ASSOCIATE CIVIL ENGINEER FROM STA. 52+00 TO 61 +00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S NO. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 10 OF 20 O cn O Li O C0 o� L[7 O + ± + co Los Angeles 06 C° _ 0.5%) co — LL O Ln o + ^ IRWD STD. DWG. W-22. ai o rn c° L O w 0j + O179LL DO LL LL 69 ^ r - U Z_ 0.5%) Q J ° Z 116- N o M 12 Ln 61+00 + CD n O � � ^ + O 0')" 6%i o cn cD Cp C3,+ Ln ^ O ^ + L� + N 1:106/ p+p O L 00 N_CCY o rn COCO o cn u- 177 Li .. +.. co v o ,n Ln L� O N /O OC I\ + ^ I, ° / LCA v LL .�1175 o� L[7 O + ± + co Los Angeles 06 C° _ 0.5%) / co LL O Ln o + ^ IRWD STD. DWG. W-22. ai o rn c° L O w 0j + ^ N (.0 DO LL LL C1 O O + N + co Los Angeles o C° San Diego Boise Denver / co REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO w IRWD STD. DWG. W-22. LU _ + o rn c° L O w 0j + ^ N (.0 DO Z 69 ^ r - U Z_ 0.5%) Q J ° Z 116- N o M 12 61+00 0 �w! k IN rtt I ) 1 INCH = 40 FEET 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 FS ® N'LY LIP OF Los Angeles o C° San Diego Boise Denver / co REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. GUTTER (TYP.) 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER ED + 69 co LEGEND `=' E3 `2 $ ° / + 69 ^ r - O N o + CD n O � � ^ + O 0')" 6%i o cn cD Cp C3,+ Ln ^ O ^ + L� + N 1:106/ p+p O C 00 N_CCY co Li .. +.. o cn co o o / MLn 1.4%� LL r� Ln LL O Cn LL_ 00CD rn 0.3%) (0.0%) (0.4%) _ °— — Ln � r- FO Ir + — — --- ^ .00 / Sn ocn +� (0 / O� c°CD N . + ^ O LL O� LCL_ O LCL O o + LL + . Ln ^ � Cn co / / 0+0In .-. N .=. c0 c0I" ' 00C a l y CO 0000 r j N r- p 00 06 cD O O N ^ MEDIAN ` CO Q0 C° .. `J O cn � rn / o ^ LC) LL + N CURB ooLCL �� Ln / moo N .� / oM - -- _ L9 LCA � - M _ CD O O^ Q0 00 / S^ O C) LCL / O N LCA + L p ICn O Ln C O LL O C O LL C O + LL + ^ Ln Ln / O O L() + 06 FS @SLYQD OC) Ln C6 Le L= N / l� O - EDIAN 00 coCO ri I�C14 opo 06 (.0�- / CURB F_ co `- ` + ^ K' 00 � c0ld - O M @41 ° — — — — — 01 S LCL LCL + r o) Z ^ O CCD C LO ° 64 C0 � N + ^ Ln � O CD + ^ + o 0 oO FS ®S'LY LIP OF Lu O w C° r � o o ( r- co .. GUTTER (TYP.) Z I� CD `. `1`(1.476) cfl U Z 1.1� Q = _ (0.3%) (0.0%) (0.3%) • _ _ — — � — Z m :m 62+00 63+00 64+00 65+00 66+00 67+00 68+00 69+00 70+00 0 �w! k IN rtt I ) 1 INCH = 40 FEET 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 1O PROTECT IN PLACE (ITEM AS NOTED PER PLAN). Los Angeles Sacramento San Francisco Dallas O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE �//�OFESS/C� `� W S 91F2 o� 01- No.82595 z m yF xp.09/30/2020 PqT CIVIC F OF CALF NO. DATE DESCRIPTION OF REVISIONS O O O00 N W (/) W 2 W (/) W D (W Z W 0 Z Z J Q = U F_ as z 0 M SCALE: HORIZ: 1"=40' VERT: 1 "=4' CONTRUCTION NOTES: 1O PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. UTILITY ADJUSTMENT NOTES: REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. LEGEND r//// 2" ARHM OVER 1" MIN. AC LEVEL COURSE C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND 6) 1, ORC44,r FORD ROAD PAVEMENT REHABILITATION P""Ay"� STREET IMPROVEMENTS-BONITA CANYON DRIVE PATRICIA S. KHARAZ PE ASSOCIATE CIVIL ENGINEER STA. 61 +00 TO 70+00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S APPROVED PUBLIC WORKS DEPARTMENT SHEET 11 of 20 O LLjm (n (/)CD GUTTER (TYP.) Sacramento San Francisco Dallas S U) �� ° + `. FS ® EXTENSION OF LIP OF GL TTER O + ^ Ln N \' o � ' J N jCn � 00 \\ � \ (n N ao � o (187.45FL) / +204 o LL '9 0 GUTTER (TYP.) 00 � (188.33TC)A�� `� Ln Li O � - Qcz) Ln Li O O � � O CV M cQ W L rn cn CLJ_ ^ �% CD 00 i2 � `- , J Ln + Li Uj ,. / J N r - r- } � pp / O 0I.-O C14 o� Ln w `3• �% FS ®N'LY LIP OF Li M o N . ^ r-+ � o °Z ^ O O O aF- w N = W N W LLj D Ln Z W O Z Z �( a= J` UU J� Q H Z M 0 40 60 8( ( IN FEET ) 1 INCH = 40 FEET 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 LLjm (n (/)CD GUTTER (TYP.) Sacramento San Francisco Dallas S U) �� ° C) N `. / FS ®N'LY LIP OF + ^ Ln N \' o � ' J N jCn � 00 \\ � \ (n N ao � 0000 (187.45FL) / +204 `. '9 0 GUTTER (TYP.) 00 � (188.33TC)A�� `� ° i O � - Qcz) w O � � O CV M cQ W L rn cn CLJ_ ^ �% CD Cl) i2 � `- , J Ln + Li + / J N r - } � pp / O 0I.-O o� Ln `3• �% Ln + Li M o � L `4_ ^ °'0 / ocn o+0 L. - Lu o O O O aF- w N = W N W LLj D Ln Z W O Z Z �( a= J` UU J� Q H Z M 0 40 60 8( ( IN FEET ) 1 INCH = 40 FEET 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 O (/)CD Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver CIOO a `. / 1 4 0 \ N \' r ' J N jCn � 00 \\ � \ (n BCR (187.93TC) S U)189.33FS CD (n X00 (187.45FL) w +O O '9 0 189.81 FS (188.33TC)A�� ° 189.87FS (187.80FL) - - O Li O � � O CV M cQ W L O U CLJ_ ^ �% CD Cl) i2 � `- r - + CD .4.O o� Ln `3• �% Ln + Li M o � `4_ ^ i O cn O Li Lp (n + 00 O U) O �0O �� LO N� �N / / ocn � CURB TYP. ocn a+oao 2050 r\ / / \ �. O i 00 .. Q0Lo `. 203 +^ 00 .=. // CCD DU rn +� o '� + / ED En � / O (n / + 201 + `' CURB (TYP.) / rj o- ^ °' Ln � 0_4 O cn O cn ao / + r7 Z r -c0 O S Cfl � O ' CV `� p � o0O Ln `. �^ C) C/) �� �- / �� MEDIAN Longi X00 / C� j � `-' + CD CD CURB TYP. O M 00 O 204 Ln r cV N O Li CV .� O^ + r �- r- O (n 00 lj / O N o; .� O cn 00 r- o N / OD �"� MEDIAN +N .� / / �CD `� ocn �� oN 202 + `-- CURB (TYP.) / O cn + N o ) O 185 O O M oo Ln Li -- -- ° 200 1 i 0o .� CID 203 CD cn l / �.- z / 4%� N O U_ Lj / I_ r- 00 ZD O LNi c6 ° ' LLJ Ln ^ � 00183uj �- i i (� 201 CD 199 + + ^ N `- / M cn FS ® S'LY LIP OF I� 4%> / / FS ®S'LY LIP OF Z 6%� / M GUTTER (TYP.) .=. / GUTTER(TY?.)U / Z J Q179 O < SCALE: 181 00 + 00 �j �F%/ FS @ EXTENSION OF LIP OF GUTTER / HORIZ: 1"=40' 72+00 73+00 74+00 75+00 VERT: 1 "=4' 78+00 79+00 70+00 71+00 76+00 77+00 O O O aF- w N = W N W LLj D Ln Z W O Z Z �( a= J` UU J� Q H Z M 0 40 60 8( ( IN FEET ) 1 INCH = 40 FEET 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 17.7' 5.2'_ Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE //�tOFESS/C •� W o� 01- No.82595 z m yF xp.09/30/2020 PqT CIVIC F OF CALF NO. DATE DESCRIPTION OF REVISIONS I CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. OREMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'A' SHOWN ON SHEET 4. © REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'B' SHOWN ON SHEET 4. 8 JOIN EXISTING PAVEMENT. 0 GRADE AND REPAIR ADJACENT LANDSCAPING AND IRRIGATION SYSTEMS TO JOIN PROPOSED WALK AND RAMP ELEVATIONS. UTILITY ADJUSTMENT NOTES: ❑1 ADJUST CITY SDMH/SMH FRAME AND COVER TO GRADE PER CNB STD -401-L. ❑3 REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. © REMOVE AND INSTALL NEW SURVEY MONUMENT BOX FRAME AND COVER TO GRADE PER CNB STD -116-L. ® REMOVE AND INSTALL NEW PULL BOX TO GRADE. 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. 11 ADJUST SMH FRAME AND COVER TO GRADE PER IRWD DWG. NO. S-1. LEGEND 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2'-4' MIN. FULL DEPTH AC SLOT PAVE AT CURB RAMP (2" ARHM OVER 8.5" FULL DEPTH PAVEMENT SECTION) (SEE DETAIL ON SHEET 4). GRADE AND REPAIR ADJACENT \��\\ LANDSCAPING AND IRRIGATION SYSTEMS - - 189.87FS CIO C S w 191.43FS 11 Xw(192.16FS) (188.77TC) - (188.25FL) 1b.0 R/W (189.01FL,� oo ° s° 1\0 �s, 8 ° a ° 5 L 5% a Q - I_ o - Ij �o, o S --- 4 189.08FL - (191.36TC) (191.43FS) 190.63TC) ECR 189.96FL) I - - 14.9' - - - I cn R R R R I DETAIL 'B' SCALE: 1" = 10' C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION STREET IMPROVEMENTS-BONITA CANYON DRIVE PATRICIA S. KHARAZMI, PE ASSOCIATE CIVIL ENGINEER STA. 70+00 TO 79+00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S APPROVED PUBLIC WORKS DEPARTMENT SHEET 1 2 OF 20 17.7' 5.2'_ (188.64FS) (188.57FS) a / 1 4 0 \ \' r ' J N jCn � 00 \\ � \ (n BCR (187.93TC) S U)189.33FS 189.26FS \�� (187.45FL) w \% '9 0 189.81 FS (188.33TC)A�� ° 189.87FS (187.80FL) 5 A \ 189.81 FS 1 - - 189.87FS CIO C S w 191.43FS 11 Xw(192.16FS) (188.77TC) - (188.25FL) 1b.0 R/W (189.01FL,� oo ° s° 1\0 �s, 8 ° a ° 5 L 5% a Q - I_ o - Ij �o, o S --- 4 189.08FL - (191.36TC) (191.43FS) 190.63TC) ECR 189.96FL) I - - 14.9' - - - I cn R R R R I DETAIL 'B' SCALE: 1" = 10' C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION STREET IMPROVEMENTS-BONITA CANYON DRIVE PATRICIA S. KHARAZMI, PE ASSOCIATE CIVIL ENGINEER STA. 70+00 TO 79+00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S APPROVED PUBLIC WORKS DEPARTMENT SHEET 1 2 OF 20 l 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). Los Angeles Sacramento San Francisco Dallas LEVELING Ontario San Diego Boise Denver ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. O REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER FS @ EXTENSION (nCD OF LIP OF GUTTER L�� CASE 'B' SHOWN ON SHEET 4. LL O L- UTILITY ADJUSTMENT NOTES: L O (n O (n ® REMOVE AND INSTALL NEW PULL BOX TO GRADE. 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. 11 ADJUST SMH FRAME AND COVER TO GRADE PER IRWD DWG. NO. S-1. 208 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2'-4' MIN. FULL DEPTH AC SLOT PAVE AT CURB RAMP (2" ARHM OVER 8.5" FULL DEPTH PAVEMENT SECTION) (SEE O co O Li + ^ N ^ U-) rn 0000 00 0000 � 00 � 00 COO + ^ r7 o +00 ^ o cn 0° ^ w^ CD LC) Lei CD + ^ FO 00 a0 N NCq N 00 CO C.0 DO N a0 O + L� D O O N O (n FS © N'LY LIP OF CD V) O O^ (n +^ Li O +� +N ^ �rn N �°O ^ + ^ � C) +^ Li O LO� (n ocn O^ + p 00 O 0-4 GUTTER (TYP.) N " + C4 00 ao + `� ao °° �� °° 00 ao `� � � + L0 � + DO p O o V)S .LL_ c0 Cn O c ^ O (n O (n N O C/7 +^ FOCn O N v 00 `� N O O On + N O C/) + C6 CD LL r— !91 In o N O `0 U) ^ C0 r, 00 — O FS @ S'LY MEDIAN 210 + 114 `. O 00 M r7 °O CD O Cn LL 00 O + O 00 . . 00 208 Loop ocn �� C) o^ (n U-) Li_ O^ L^ o� .-. O(n 211 211 _01— N r O FS ® N'LY MEDIAN + N ^ 00 00 r7 00 — rn 00 1 � 00 00 O In O 209 C'4 + ^ O 1 3% r CURB (TYP.) ±c0 �O O — N 1.2%) 209 o.j/0(' _4 O Iu 006 C14 Ln Or (714 -- O^ W C) (n +^ ° N +In O(n W Co U) + 0o 0i ED p OLn cn O O^ cn +� +� �^ o Cn .-. o cn L- O C4 00 + O LL_ C) O +^r N 00 N 5%i N N (0.1 %) M V -)CO (0.1 %) +^ CD NS I CN ao 0 �^ ±CO LNC �— -n LC) CO O� C�1 O Li_ ^ O(n O(n N N O (n + ^ N 000 O Z O CV N 1.4%) ° — N DO O + � O O (n L" O (n In + O .. � oo Z (1 5% FS @ S'LY LIP OF ° O DO = O U- CO O GUTTER (TYP.) Q = DD M CD �— —00 U .. o 212 N — U Z F_ O Z I— 77] m SCALE: M � 210 210 � HORIZ: 1"=40' l 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). Los Angeles Sacramento San Francisco Dallas LEVELING Ontario San Diego Boise Denver ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. O REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, O (nCD O L�� CASE 'B' SHOWN ON SHEET 4. LL O L- UTILITY ADJUSTMENT NOTES: L O (n O (n ® REMOVE AND INSTALL NEW PULL BOX TO GRADE. 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. 11 ADJUST SMH FRAME AND COVER TO GRADE PER IRWD DWG. NO. S-1. 208 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2'-4' MIN. FULL DEPTH AC SLOT PAVE AT CURB RAMP (2" ARHM OVER 8.5" FULL DEPTH PAVEMENT SECTION) (SEE O co O Li + ^ N ^ U-) rn 0000 00 0000 � 00 � 00 COO + ^ r7 o +00 ^ o cn CD LC) Lei CD + ^ FO 00 a0 N NCq N 00 CO C.0 DO N a0 O + L� D O (n O^ + p 00 O 0-4 N " �� N 00 O +^ N CO O Cn ^ + DO p O Cn O c O (n N 212O + C6 C4 !91 In o N — FS @ S'LY MEDIAN 210 + CURB (TYP.) + 00 208 Loop ocn �� C) o^ (n U-) Li_ O^ L^ o� .-. O(n N r O N + N ^ 00 00 r7 00 O rn 00 � 00 00 O In O ^ c�D + ^ O ui L) r ±c0 �O O N CN _4 O Iu 006 C14 Ln Or (714 -- O^ W C) (n +^ N +In O(n W Co U) + 0o 0i ED p O C4 00 + O LL_ C) o 5%i (0.4%) (0.1 %) (0.0%) (0.1 %) (0.3%) 0.6% CN ao 0 00 Z N 1.4%) ° — ° U Z (1 5% FS @ S'LY LIP OF ° U Z Q = �J. 1°� GUTTER (TYP.) Q = —00 U — U Z F_ Z I— m SCALE: M � � HORIZ: 1"=40' VERT: 1 "=4' 79+00 80+00 81+00 82+00 83+00 84+00 85+00 86+00 87+00 88+00 l 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). Los Angeles Sacramento San Francisco Dallas LEVELING Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE //�tOFESS/C \� W o� 01- No.82595 z m yF xp.09/30/2020 PqT CIVIC F OF CALF NO. DATE DESCRIPTION OF REVISIONS O O 00 00 W W 2 W V) a:: W Ld U) Z W ZZ0-5- :z Q = U � Q Q Z O M CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN 22 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. O REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'A' SHOWN ON SHEET 4. © REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'B' SHOWN ON SHEET 4. ® JOIN EXISTING PAVEMENT. UTILITY ADJUSTMENT NOTES: REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. ® REMOVE AND INSTALL NEW PULL BOX TO GRADE. 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. 11 ADJUST SMH FRAME AND COVER TO GRADE PER IRWD DWG. NO. S-1. LEGEND 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2'-4' MIN. FULL DEPTH AC SLOT PAVE AT CURB RAMP (2" ARHM OVER 8.5" FULL DEPTH PAVEMENT SECTION) (SEE DETAIL ON SHEET 4). DETAIL 'C' SCALE: 1" = 10' SEE SHEET 12 FOR LOCATION C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND 2 FORD ROAD PAVEMENT REHABILITATION STREET IMPROVEMENTS-BONITA CANYON DRIVE PATRICIA S. KHARAZMI, PE ASSOCIATE CIVIL ENGINEER STA. 79+00 TO 88+00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S APPROVED PUBLIC WORKS DEPARTMENT SHEET 13 OF 20 I M ■E =M915 208 i3 29 2 om 00 ° (n Li 0� OU cn ^ C6 U) o �o a0 O CO 00 cj 011 n O 208 i3 29 w 00 ° + o O 206 cn ^ C6 rn +^ O � Ln 204 C'4 co 00 r CD000 Ln C14 0o OC) a0" 208 rn Cn O + fZ4 O rn 0O 00 + �&;ap;o O(n O Li 00cl� 00 O Ln (n .L-_ - - o °O LI - O i3 29 w 00 ° + L r? GUTTER (TYP.) N ED CD O � Ln LN' U) > W LLJ CD000 Ln Of _ in OC) a0" O Mi XJFA�" E:Z: • e. O O 000 M W V% W W V) > W W D N Z W O Z J Q = U � as O M 0 40 60 80 ( IN FEET ) 1 INCH = 40 FEET + i3 29 w FS @ N'LY LIP OF 00 + L r? GUTTER (TYP.) N ED CD O � Ln LN' FS ® N'LY MEDIAN CD000 O ^ + 1--449 rn Cn O + fZ4 O rn 0O 00 + �&;ap;o p (n + + Ln LI - M i3 29 ^ 00 O rn� O \ o N (n p �p FS ® N'LY MEDIAN \ \ CURB (TYP.) O Oo ^ + oD rn Cn 00 fZ4 O rn 0O 00 + 0 N p (n + ^ >Ln U-FS ®SLY \ °O O Lri CURB (TYP. o CD O Ln ILI- CD C rn rn ° O N COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. FS © S'LY LIP OF GUTTER (TYP.) 186 UTILITY ADJUSTMENT NOTES: rK\ 9 \ L (nCn + 1r, =- N + r7 p rn `. FS ® EXTENSION OF LIP OF GUTTER 89+00 90+00 ME IN N 91+00 o N i2.8q \ Ln ILI- + rn 0 \ N \ N O N N CD Cn Ln O Cn L_ rn o o + rn i3 29 \ Los Angeles Sacramento San Francisco Dallas \ o CONTRUCTION NOTES: (n p �p CD \ 0 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING ^ N rn � Lo rn + 4gi p (n + ^ o (n \ ++ COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. 186 UTILITY ADJUSTMENT NOTES: _^ F__M LO CURB TYP. + =- U- O Q O ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. rn00 \ 6g °J (0 00 .. REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, rn ❑1 ADJUST CITY SDMH/SMH FRAME AND COVER TO GRADE PER CNB STD -401-L. co O cn FS ® N'LY LIP OF — W © CASE 'B' SHOWN ON SHEET 4. REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT VARIABLE HEIGHT CURB PER APPLICABLE PORTION OF CNB STD -182-L TO JOIN EXISTING LANDSCAPE IMPROVEMENTS + "' "' + LL 0 4 `J + ,�, ; GUTTER (TYP.) �, N a, 00 CD(n AND REPAIR ADJACENT LANDSCAPING AND IRRIGATOIN SYSTEM \ O Ii +h^� +L^n REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER ® JOIN EXISTING PAVEMENT. \ ON ° 6'Ln � Q W N CD Cn Ln O Cn L_ rn o o + rn 92+00 93+00 \ i3 29 \ Los Angeles Sacramento San Francisco Dallas \ Ontario O (n N �p CD \ ^ N rn � + rn rj rn J Q + ^ o (n \ 92+00 93+00 \ Los Angeles Sacramento San Francisco Dallas \ Ontario O (n N �p O Cn N rn p C6 AT 5% MAX + o J Q Z O (n \ 92+00 93+00 \ Los Angeles Sacramento San Francisco Dallas \ Ontario San Diego Boise Denver REMOVE EXISTING PRIVATE SIDEWALK AND CONSTRUCT NEW SIDEWALK 10 SLOPE PER CNB STD -180-L TO JOIN PROPOSED CURB RAMP. AT 5% MAX + o J 186 UTILITY ADJUSTMENT NOTES: _^ CURB TYP. + =- U- O Q O \ rn00 \ 6g °J (0 00 rn ❑1 ADJUST CITY SDMH/SMH FRAME AND COVER TO GRADE PER CNB STD -401-L. REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO GRADE PER CD o �4Sg � \ IQ Cn IRWD STD. DWG. W-22. ® ADJUST GAS VALVE FRAME AND COVER TO GRADE (BY OTHERS -SCG). © REMOVE AND INSTALL NEW SURVEY MONUMENT BOX FRAME AND COVER TO GRADE PER CNB STD -116-L. ® REMOVE AND INSTALL NEW PULL BOX TO GRADE. o + ^ \ C71 \ 00 CD � \ \ i4 ao O ui 186 \ d' o Ln ^ CD + \ FS ©S'LY U CD ao + o + ^_ MEDIAN B (TYP.) LnREMOVE cnC-4 AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER 10 IRWD STD. DWG. W-22. 11 ADJUST SMH FRAME AND COVER TO GRADE PER IRWD DWG. NO. S-1. LEGEND TO GRADE PER p `l "' (n \ °O O 0,0• \ �Ln 184 \ _ Ln + i 00 O O (n \ LL r` 182 � 99 + � E3 + bl)\ LL_ \ 00 O \ In ^ \ \8q)LO 185 2" ARHM OVER 1" MIN. AC LEVEL COURSE FS ® S'LY LIP OF `' Ln � \ 00 p C/) 2'-4' MIN. FULL DEPTH AC SLOT PAVE AT CURB RAMP (2" ARHM OVER 8.5" DEPTH PAVEMENT SECTION) (SEE GUTTER (TYP.) \ lgLn + \ 0orn o � \ 183 °' \�30FULL DETAIL ON SHEET 4). LN 00 i O N \81 EX. GRADE \ 69* � \ 5.7 JOIN EX. \ 000 O (n EX. SIDEWALK od .�181 JOIN EX. 4" PCC_ REPAIR LANDSCAPING 179 SCALE: - ° < a AND IRRIGATION HORIZ: 1 "=40' AS NEEDED VERT: 1 "=4'N 94+00 95+00 96+00 97+00 7 10 7 SECTION A -A NOTE TO CONTRACTOR LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED IN FIELD DURING CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. 701 N. Parkcenter Drive Santa Ana, CA 92705 I I com f: 714/560/821 1 TA I T www.tait.com 1 1 Since 1964 Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE %RO FESS/�� �Wl F � 'T T- No.82595 z m * xp.09/30/2020 Pq� CIVIC �P F OF CA\_\F FS=TC 0"CF LIGHT FS=TC BOLLARD 1 OSCF A P SNS A 7 a a NTS 7 10 J (204.81 TC) ECR F- X W �OS 4 8 i 1s i f° L 6 X15 IGHT _LARD �`so. a (205.96FS) a 15 ' ^ a (205.77TC) 206.40FS (205.15FL) 206.45FS a9 206.39FS o' Cbj a 206.52FS a 206.46FS R/W 206.59FS �o �` Q< 4 yg o00 o° (205.59FL O (207.66FS) 207.17FS a �' a ° C6. / 6 q� 6 2 5.66FL ° , a l W S R (207.43TC) i - BCR w R (207.22TC) 1 (206.60 L) WD 'R 4EA 3 A) DETAIL U NOTE: SCALE: 1" = 10' CONSTRUCTING ANDAR ABL CONTRACTOR TING NEW WDLL CONFIRM CONSTRUCTION EIGH TIOQCURBS C-7588-2 WITH CITY ENGINEER PRIOR TO C-7588-2 REVIEWED: BONITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION STREET IMPROVEMENTS-BONITA CANYON DRIVE PATRICIA S. KHARAZM , PE ASSOCIATE CIVIL ENGINEER FROM STA. 88+00 TO 97+00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S NO. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 14 of 20 O R cn \ Los Angeles \ ` I + O i CO O U) Ln LO Li `-' C:) O ^ W W O O^ cn W 01N O +o O� O O^ Cn W O N O FS @ + r- o� O w -- + -r::(2 r U U C:) � rn O .=. oo rn O M r_ O + Li 80 ( IN FEET ) 1 INCH = 40 FEET �36q R TYP.) 'n O U)FS ® N'LY LIP OF Ln (/) 9 I� GUTTER (TYP.) � \ w00 w a0 co + aJ O \ 3.39 + + LL_ r--: O O (n Li w N 00 O00 O O O ED O + 69 Li ^ O CO 2 \ O N Ln .° F S'LY o O FS ®S'LY O Cn C) Li U Lj_j Z 0-) rn o Ln ao EDIAN `J O R cn \ Los Angeles \ ` I + O i CO O U) Ln LO Li `-' — O ^ W W O O^ cn W N O +o O� O O^ Cn W O N O FS @ N'LY LIP OF O O w -- + -r::(2 r U U O cn 9 Qa .=. oo rn O M 0 40 60 80 ( IN FEET ) 1 INCH = 40 FEET GUT R TYP.) Ln 9 I� � \ a0 + aJ O + Z r--: O O (n Li \ 00 O00 O O O ED O + 69 Li ^ O CO ^ `� .° F S'LY o O FS ®S'LY O Cn C) Li U Lj_j Z 0-) rn o Ln ao EDIAN `J \ MEDIAN co o 00 + .-. O O O M ^ U - C) O (n O Cn CD U) O Ln U) o + Li ao L 7 • • ro `° r� Q J \ N \ Lu > W O+ CD u- NF LNC — Lr Cn Q= ° \ O I� O Cn O — U O (n O Cn +O + Ln LL- O .-. (n O (n O Lecooi CO Ln O + ^ + c0 OO N L=jc0 O w 4%) r7 r7 o +o Ln LL_ ULi OO +o �rn o" + o� c�D � co o FS ®SLY LIP OF rn O CD N 00 m O I� o I `. O GUTTER (TYP.) 8q) CO o opbq `o o O Q ^ U Z � .� \ 0) a, rn O cn 1.4q Q = 0)_ (0.9% N O .� .� 0 4%) (0.4o l ' (n 47.) _ .67o) a, Ocn \ +� CD FSI ® EXTENSION OF LIP OF GUTTER % _ GUTTER (TYP.) (0.6% M 0.5%) (0.6% — o - — \ ++ O O (>7 U_ O + O rn CO O O cn Li O (n CD L LNC O O U)O 00 00 c0 o°O +� o� Ocn �� �� +� �o r- � 00 \ + O O a0 N 000 +� N w o0 + O O a0 in oo Lu O Ln CO O O O CO a0 O � o ^ `' ° FS @ N'LY `- c�0 rp O FS ® N'LY `� �• O cn MEDIAN + MLDIAN Ln 17 Ln Li IN 100 tTyp 06 CURB O ` + Lo O \ Los Angeles Sacramento San Francisco Dallas I + O i CO O U) Ln LO Li San Diego Boise Denver — Fa— W W O O^ cn W N O +o O� O O^ Cn W O N O C:) W O � Z J Q r U U O cn L. Qa Z O M 0 40 60 80 ( IN FEET ) 1 INCH = 40 FEET I� \ a0 + aJ O + O N cD 00 O00 i3•S �icl� oro o ^ `� .° F S'LY o O FS ®S'LY 0-) rn o EDIAN `J MEDIAN MCn U - 33 9� 0')N X00 o N — Lu > W \ O+ CD u- — Lr Cn Q= ° \ °' +LiJ cD O I� O Cn Ln O (n O Cn ° + Ln LL- O .-. (n O (n O Lecooi CO Ln O + ^ + + Ln Ln L(7 N L=jc0 O w 4%) � C° o +o Ln LL_ ULi O^ + +o �rn o" + o� C:) � co o FS ®SLY LIP OF N + 00 m O I� o o I Z GUTTER (TYP.) 8q) o opbq `o o ��Q6v U Z Q = 0)_ (0.9% N O 0.6 0 4%) (0.4o l ' _ .67o) (0.67.) FS @ S'LY LIP OF FSI ® EXTENSION OF LIP OF GUTTER GUTTER (TYP.) M 97+00 98+00 99+00 100+00 101+00 102+00 103+00 104+00 105+00 106+00 O O Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver Fa— W W 2 W N W O N Z W O � Z J Q r U U Qa Z O M 0 40 60 80 ( IN FEET ) 1 INCH = 40 FEET NOTE TO CONTRACTOR LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED IN FIELD DURING CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. 701 N. Parkcenter Drive Santa Ana, CA 92705 1 I 00 f: 714/560/8211 TA I T www.tait.com 1 1 Since 1964 Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE //�tOFESS/C \� W o� 01- No.82595 z m yF xp.09/30/2020 PqT CIVIC F OF CALF CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. ® REMOVE EXISTING AND CONSTRUCT PCC SIDEWALK PER CNB STD -180-L. ©REMOVE EXISTING AND CONSTRUCT CONCRETE CURB ACCESS RAMP PER CNB STD -181, CASE 'B' SHOWN ON SHEET 4. ® JOIN EXISTING PAVEMENT. UTILITY ADJUSTMENT NOTES: ❑1 ADJUST CITY SDMH/SMH FRAME AND COVER TO GRADE PER CNB STD -401-L. REMOVE AND INSTALL NEW DOMESTIC WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. �5 ADJUST TELECOM MH FRAME AND COVER TO GRADE (BY OTHERS -COX). ® REMOVE AND INSTALL NEW PULL BOX TO GRADE. 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. 11 ADJUST SMH FRAME AND COVER TO GRADE PER IRWD DWG. NO. S-1. LEGEND 2" ARHM OVER 1" MIN. AC LEVEL COURSE 2'-4' MIN. FULL DEPTH AC SLOT PAVE AT CURB RAMP (2" ARHM OVER 8.5" FULL DEPTH PAVEMENT SECTION) (SEE DETAIL ON SHEET 4). SCALE: HORIZ: 1"=40' VERT: 1 "=4' DETAIL'E' SCALE: 1" = 10' C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND FORD ROAD PAVEMENT REHABILITATION STREET IMPROVEMENTS-BONITA CANYON DRIVE PATRICIA S. KHARAZMI, PE ASSOCIATE CIVIL ENGINEER FROM STA. 97+00 TO 106+00 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S NO. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 1 5 OF 20 O CD CD H LO FS ® N'LY LIP OF GUTTER (TYP.) O C) (n o LL_ u') O + oao Li + :. -i--m- oo � o �� CD C) 06 Q0 C) �W) I< Q CD � + . . o 00 CO o�o 0.8%) ' o CURB 0.5%) (0.4%) o _ __— — 114- 00 O O I— (n F%) 1 (0.77.) GUTTER (TYP.) 107+00 108+00 NOTE TO CONTRACTOR LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED IN FIELD DURING CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. TAI T I Since 1964 701 N. Parkcenter Drive Santa Ana, CA 92705 p: 714/560/8200 f: 714/560/8211 www.tait.com Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE � //�OFESS/0��� `� S 9 W1F2 o� Q � z � No.82595 z m yF xp.09/30/2020 PqT �F IVIS F CAO 0 40 60 80 ( IN FEET ) 1 INCH = 40 FEET NO. I DATE I DESCRIPTION OF REVISIONS CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. ® JOIN EXISTING PAVEMENT. UTILITY ADJUSTMENT NOTES: 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. 11 ADJUST SMH FRAME AND COVER TO GRADE PER IRWD DWG. NO. S-1. LEGEND 2" ARHM OVER 1" MIN. AC LEVEL COURSE SCALE: HORIZ: 1"=40' VERT: 1 "=4' C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND 62 FORD ROAD PAVEMENT REHABILITATION Mc� au",!2� 1 17 STREET IMPROVEMENTS-BONITA CANYON DRIVE PATRICIA S. KHARAZMI, PE ASSOCIATE CIVIL ENGINEER FROM STA. 106+00 TO 108+74 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S APPROVED PUBLIC WORKS DEPARTMENT SHEET 1 6 OF 20 C) U) �� .,+, Cf) +^ +^ ocn C) �W) FS CaDN'LY�c�o o°�° CD cn � L� C.0 � + . . o 00 CO o�o ' o CURB C°` 1z' _. ..- (TYP.) 114- 00 O O I— (n F%) 1 (0.77.) GUTTER (TYP.) 107+00 108+00 NOTE TO CONTRACTOR LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED IN FIELD DURING CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. TAI T I Since 1964 701 N. Parkcenter Drive Santa Ana, CA 92705 p: 714/560/8200 f: 714/560/8211 www.tait.com Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE � //�OFESS/0��� `� S 9 W1F2 o� Q � z � No.82595 z m yF xp.09/30/2020 PqT �F IVIS F CAO 0 40 60 80 ( IN FEET ) 1 INCH = 40 FEET NO. I DATE I DESCRIPTION OF REVISIONS CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. ® JOIN EXISTING PAVEMENT. UTILITY ADJUSTMENT NOTES: 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. 11 ADJUST SMH FRAME AND COVER TO GRADE PER IRWD DWG. NO. S-1. LEGEND 2" ARHM OVER 1" MIN. AC LEVEL COURSE SCALE: HORIZ: 1"=40' VERT: 1 "=4' C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND 62 FORD ROAD PAVEMENT REHABILITATION Mc� au",!2� 1 17 STREET IMPROVEMENTS-BONITA CANYON DRIVE PATRICIA S. KHARAZMI, PE ASSOCIATE CIVIL ENGINEER FROM STA. 106+00 TO 108+74 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S APPROVED PUBLIC WORKS DEPARTMENT SHEET 1 6 OF 20 o cn L_ o 0 m ._ z. CD cn CD CD �12, 1�9 + - FS @ SLL_'LY OO N CD CD cn � L� C.0 � + . . o 00 CO (TYP.) CD o cn o C/) rnL- L� 00 CD + w + Cd o 00 r- o CD + N CO 0 O CDCd 000 ED `Z__ 114- 00 O O I— (n F%) 1 (0.77.) GUTTER (TYP.) 107+00 108+00 NOTE TO CONTRACTOR LOCATION AND AREAS OF 10.5" AC BASE AND SUBGRADE REMOVAL TO BE FINALIZED IN FIELD DURING CONSTRUCTION. CONTRACTOR SHALL CONFIRM ALL REMOVAL LIMITS WITH CITY ENGINEER PRIOR TO COMPLETION OF EACH REMOVAL AREA. TAI T I Since 1964 701 N. Parkcenter Drive Santa Ana, CA 92705 p: 714/560/8200 f: 714/560/8211 www.tait.com Los Angeles Sacramento San Francisco Dallas Ontario San Diego Boise Denver DAVID SLOAN, RCE 82595 DATE � //�OFESS/0��� `� S 9 W1F2 o� Q � z � No.82595 z m yF xp.09/30/2020 PqT �F IVIS F CAO 0 40 60 80 ( IN FEET ) 1 INCH = 40 FEET NO. I DATE I DESCRIPTION OF REVISIONS CONTRUCTION NOTES: O1 PROTECT IN PLACE (ITEM AS NOTED PER PLAN). COLD MILL 3" EXISTING AC PAVEMENT SECTION, CLEAN AND FILL CRACKS WIDER THAN O2 1/4" WITH ASPHALT BINDER, AND CONSTRUCT 2" ARHM OVER 1" MIN AC LEVELING COURSE. SEE TYPICAL SECTIONS ON SHEETS 3 & 4. ® JOIN EXISTING PAVEMENT. UTILITY ADJUSTMENT NOTES: 10 REMOVE AND INSTALL NEW RECYCLED WATER VALVE BOX AND COVER TO GRADE PER IRWD STD. DWG. W-22. 11 ADJUST SMH FRAME AND COVER TO GRADE PER IRWD DWG. NO. S-1. LEGEND 2" ARHM OVER 1" MIN. AC LEVEL COURSE SCALE: HORIZ: 1"=40' VERT: 1 "=4' C-7588-2 REVIEWED: BON ITA CANYON DRIVE AND 62 FORD ROAD PAVEMENT REHABILITATION Mc� au",!2� 1 17 STREET IMPROVEMENTS-BONITA CANYON DRIVE PATRICIA S. KHARAZMI, PE ASSOCIATE CIVIL ENGINEER FROM STA. 106+00 TO 108+74 DATE 3/10/20 CITY OF NEWPORT BEACH R -6093-S APPROVED PUBLIC WORKS DEPARTMENT SHEET 1 6 OF 20 SIGNING & STRIPING GENERAL NOTES: 1. ALL WORK SHALL BE IN ACCORDANCE WITH THE PROJECT SPECIAL PROVISIONS, THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREENBOOK), 2018 EDITION AND ALL SUPPLEMENTS, THE CALTRANS STANDARD PLANS, DATED 2015, THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (CA MUTCD, REV. 4), DATED JANUARY 2014, THESE PLANS, AND THE CITY OF NEWPORT BEACH STANDARDS AND POLICIES. 2. THE LAYOUT FOR ALL PROPOSED PAVEMENT MARKINGS AND/OR TRAFFIC STRIPING SHALL BE "PRE -MARKED" AND/OR "CAT -TRACKED" FOR INSPECTION BY THE ENGINEER OR HIS REPRESENTATIVE PRIOR TO FINAL APPLICATION OF PAVEMENT MARKINGS OR STRIPING. 3. MATERIALS SHALL COMPLY WITH SECTION 214 - "TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS" OF THE SPECIAL PROVISIONS. 4. UNLESS OTHERWISE NOTED, FINAL STRIPING SHALL REFLECTORIZED THERMOPLASTIC AND APPLIED PER THE SPECIAL PROVISIONS. 5. INSTALLATION OF TRAFFIC SIGNS SHALL BE PER THE SPECIAL PROVISIONS AND INSTALLED ON NEW POSTS, EXISTING POSTS, OR EXISTING STREET LIGHTS WITH NEW BRACKETS AND STAINLESS STEEL HARDWARE. SEE CITY STANDARD DRAWING NO. 924-L. 6. THE CONTRACTOR SHALL REMOVE ALL CONFLICTING TRAFFIC STRIPING AND PAVEMENT MARKINGS BY WET SANDBLASTING OR OTHER METHOD APPROVED BY THE CITY. 7. BUFFERED BIKE LANES SHALL INCLUDE DIAGONAL STRIPES BETWEEN BIKE LANE AND BUFFER STRIPE. THE DIAGONAL SHALL BE 6 INCH WHITE AT 45 DEGREE ANGLE, AND PLACED AT 40 FOOT INTERVALS. 8. UNLESS OTHERWISE NOTED, INDUCTIVE LOOPS SHALL BE INSTALLED PER CITY STANDARD DRAWING NOS. 923 -L-A AND 923 -L -B AND CENTERED IN THE TRAVEL PORTION OF THE LANE. PLACE LIMIT LINE LOOPS IMMEDIATELY IN ADVANCE OF CROSSWALK OR LIMIT LINE, IF NO CROSSWALK. NEW STRIPING SHALL BE LOCATED AND APPROVED PRIOR TO POSITIONING LOOPS. 9. R81(CA) SIGNS TO BE 12"x8". 10. INSTALL BLUE REFLECTIVE MARKERS AT EVERY FIRE HYDRANT PER CITY STANDARD PLAN STD -902-L. 11. PAVEMENT MARKERS AND TRAFFIC LINE DETAILS SHALL BE PER THE 2010 CALTRANS STANDARD PLANS. SIGNING AND STRIPING CONSTRUCTION NOTES: CH INSTALL HIGH VISIBILITY DIAGONAL CROSS HATCH FOR CROSSWALK. EXISTING SIGN TO REMAIN. INSTALL SIGN AND POST. INSTALL THERMOPLASTIC PAVEMENT MARKING AS SHOWN PER CALTRANS STANDARDS. REMOVE AND SALVAGE UNUSED SIGN BRACKETS. REMOVE AND SALVAGE EXISTING SIGN. REMOVE AND SALVAGE EXISTING SIGN AND POST. INSTALL THERMOPLASTIC 12" SOLID LIMIT LINE OR CROSSWALK PER CA-MUTCD STANDARDS. REMOVE CONFLICTING STRIPING OR MARKINGS BY WET SANDBLASTING PROCESS. INSTALL THERMOPLASTIC 6" CHEVRON STRIPE 45' SPACED AT 40' 0/C. INSTALL THERMOPLASTIC 8" CHEVRON STRIPE. INSTALL THERMOPLASTIC 4" SOLID WHITE LANE LINE STRIPE. (W = WHITE, Y = YELLOW) O INSTALL THERMOPLASTIC 6" WHITE LANE LINE SKIP STRIPE PER CALTRANS STD. PLAN A20A - DETAIL 9. E ; 12 INSTALL THERMOPLASTIC 4" WHITE LANE LINE SKIP STRIPE PER CALTRANS STD. PLAN A20A - DETAIL 12. IS 22 INSTALL THERMOPLASTIC 4" INSTALL THERMOPLASTIC 4" DOUBLE YELLOW CENTERLINE STRIPE PER CALTRANS STD. PLAN A20A - DETAIL 22 WHITE RIGHT EDGE LINE STRIPE PER CALTRANS STD. PLAN A20B - DETAIL 27B. PM 7B RB 29 INSTALL THERMOPLASTIC 4" DOUBLE -YELLOW MEDIAN STRIPE PER CALTRANS STD. PLAN A20B - DETAIL 29. RS 376 INSTALL THERMOPLASTIC 8" INSTALL THERMOPLASTIC 8" WHITE LANE DROP STRIPE PER CALTRANS STD. PLAN A20C - DETAIL 37B. WHITE CHANNELIZING LANE LINE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 38. RP 38 3® INSTALL THERMOPLASTIC 8" INSTALL THERMOPLASTIC 6" WHITE CHANNELIZING LANE LINE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 38A. WHITE BIKE LANE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 39. XX 39 C6 39 INSTALL THERMOPLASTIC 6" INSTALL THERMOPLASTIC 6" WHITE BIKE LANE INTERSECTION STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 39A. WHITE EXTENSION LANE LINE PER CALTRANS STD. PLAN A20D - DETAIL 40. C8 40 T4 , ; EXISTING LOOP DETECTOR TO PROTECTED IN PLACE SIGN L EGEND. NOTE: REMOVE ALL CONFLICTING STRIPING AND/OR PAVEMENT MARKINGS Q PROPOSED TYPE E LOOP DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923 -L-A AND 923 -L -B O SIGNALIZED INTERSECTION (2)PROPOSED MODIFIED TYPE E LOOP DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923 -L-A AND 923 -L -B ® PROPOSED TYPE D BICYCLE DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923 -L-A AND 923 -L -B QQQ SPEED RIGHT LANE BEGIN DO9ER WRONG YIELD LIMIT �a TURN LANE WAY NO NO c� BIKE ROUTE OM2 -1H OM2 -2H STOP MUST � 1200 FT ���///�����\\\���DIKE RIDING PERMITTED ON THIS SIDEWALK ETURN ` STOPPING BICYCLES FHRU ,/ TURN RIGHT YIELD TO�IKES R5-1 R6-1 R OCTA o0 5 0 R3-4 R3-18 () ON RED ENTIRE BIKE LANE OBSERVE 0 AHEAD D11-1(MOD) Q R1-1 R3 -7(R) R4-4 R4-7 R5-1 Q BLoac R81 (CA) SIGNAL O 15- 2 w34A(cA) TRAFFIC Q R1-2 R2-1(50) R9-3 ON RED MERGE (74)636—RIDE R10-11 R26A(CA)(MOD) GI SIGN "A' TYPE N-1(CA) O LEFT OCTA BUS O R6 -1(L) R13A(CA) R81A(CA) STOP SIGN OM2 -1V OM2 -2V END IW3-3 W12-2 W74 (L) R8IBCCA) y, R3 -7(R) R9-3 i (ON TRAFFIC SIGNAL POLE) E R2-1(35) (E- R30(S)(CA)-%� SCALE: 1 " = 40' 20 0 20 40 60 Plot Date: 03/5/2020 3:02:07 PM User: ############## File Name: C:\Users\Karl\Dropbox (TJW Engineering Inc.)\TJW Projects\TAT Projects\TAT-19-001\TAT19001 Bonita Canyon MacArthur SS E.dwg Last Update: 3/5/2020 3:01:54 PM SIGNING AND STRIPING CONSTRUCTION NOTES: CH SIGNING & STRIPING GENERAL NOTES: O9 INSTALL THERMOPLASTIC 1. ALL WORK SHALL BE IN ACCORDANCE WITH THE PROJECT SPECIAL PROVISIONS, THE STANDARD 6. THE CONTRACTOR SHALL REMOVE ALL CONFLICTING TRAFFIC STRIPING AND PAVEMENT MARKINGS BY WET WHITE LANE LINE SKIP STRIPE PER CALTRANS STD. PLAN A20A - DETAIL 12. SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREENBOOK), 2018 EDITION AND ALL SUPPLEMENTS, 22 SANDBLASTING OR OTHER METHOD APPROVED BY THE CITY. DOUBLE YELLOW CENTERLINE STRIPE PER CALTRANS STD. PLAN A20A - DETAIL 22 WHITE RIGHT EDGE LINE STRIPE PER CALTRANS STD. PLAN A20B - DETAIL 27B. THE CALTRANS STANDARD PLANS, DATED 2015, THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL 7B RB 29 DEVICES (CA MUTCD, REV. 4), DATED JANUARY 2014, THESE PLANS, AND THE CITY OF NEWPORT BEACH 7. BUFFERED BIKE LANES SHALL INCLUDE DIAGONAL STRIPES BETWEEN BIKE LANE AND BUFFER STRIPE. THE 376 STANDARDS AND POLICIES. WHITE LANE DROP STRIPE PER CALTRANS STD. PLAN A20C - DETAIL 37B. WHITE CHANNELIZING LANE LINE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 38. DIAGONAL SHALL BE 6 INCH WHITE AT 45 DEGREE ANGLE, AND PLACED AT 40 FOOT INTERVALS. 2. THE LAYOUT FOR ALL PROPOSED PAVEMENT MARKINGS AND/OR TRAFFIC STRIPING SHALL BE 8. UNLESS OTHERWISE NOTED, INDUCTIVE LOOPS SHALL BE INSTALLED PER CITY STANDARD DRAWING NOS. WHITE CHANNELIZING LANE LINE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 38A. WHITE BIKE LANE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 39. "PRE—MARKED" AND/OR "CAT—TRACKED" FOR INSPECTION BY THE ENGINEER OR HIS REPRESENTATIVE 39 923—L—A AND 923—L—B AND CENTERED IN THE TRAVEL PORTION OF THE LANE. PLACE LIMIT LINE LOOPS 39 PRIOR TO FINAL APPLICATION OF PAVEMENT MARKINGS OR STRIPING. WHITE BIKE LANE INTERSECTION STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 39A. WHITE EXTENSION LANE LINE PER CALTRANS STD. PLAN A20D - DETAIL 40. IMMEDIATELY IN ADVANCE OF CROSSWALK OR LIMIT LINE, IF NO CROSSWALK. NEW STRIPING SHALL BE 40 T4 - LOCATED AND APPROVED PRIOR TO POSITIONING LOOPS. 3. MATERIALS SHALL COMPLY WITH SECTION 214 — "TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS" OF THE SPECIAL PROVISIONS. 9. R81(CA) SIGNS TO BE 12"x8". 4. UNLESS OTHERWISE NOTED, FINAL STRIPING SHALL REFLECTORIZED THERMOPLASTIC AND APPLIED PER THE 10. INSTALL BLUE REFLECTIVE MARKERS AT EVERY FIRE HYDRANT PER CITY STANDARD PLAN STD -902—L. SPECIAL PROVISIONS. R4-7- 42+00 - - 11. PAVEMENT MARKERS AND TRAFFIC LINE DETAILS SHALL BE PER THE 2010 CALTRANS STANDARD PLANS. 5. INSTALLATION OF TRAFFIC SIGNS SHALL BE PER THE SPECIAL PROVISIONS AND INSTALLED ON NEW TY NN f0) R4-7 RP POSTS, EXISTING POSTS, OR EXISTING STREET LIGHTS WITH NEW BRACKETS AND STAINLESS STEEL - 39 100' PM TYPE IV(R) HARDWARE. SEE CITY STANDARD DRAWING NO. 924—L. � R2-1(50) � E , ' � � - 4 39+00 40+00 — _ — SIGNING AND STRIPING CONSTRUCTION NOTES: CH INSTALL HIGH VISIBILITY DIAGONAL CROSS HATCH FOR CROSSWALK. EXISTING SIGN TO REMAIN. INSTALL SIGN AND POST. INSTALL THERMOPLASTIC PAVEMENT MARKING AS SHOWN PER CALTRANS STANDARDS. REMOVE AND SALVAGE UNUSED SIGN BRACKETS. REMOVE AND SALVAGE EXISTING SIGN. REMOVE AND SALVAGE EXISTING SIGN AND POST. INSTALL THERMOPLASTIC 12" SOLID LIMIT LINE OR CROSSWALK PER CA-MUTCD STANDARDS. (W = WHITE, Y = YELLOW) REMOVE CONFLICTING STRIPING OR MARKINGS BY WET SANDBLASTING PROCESS. INSTALL THERMOPLASTIC 6" CHEVRON STRIPE 45' SPACED AT 40' 0/C. INSTALL THERMOPLASTIC 8" CHEVRON STRIPE. INSTALL THERMOPLASTIC 4" SOLID WHITE LANE LINE STRIPE. O9 INSTALL THERMOPLASTIC 6" WHITE LANE LINE SKIP STRIPE PER CALTRANS STD. PLAN A20A - DETAIL 9. E ; 12 INSTALL THERMOPLASTIC 4" WHITE LANE LINE SKIP STRIPE PER CALTRANS STD. PLAN A20A - DETAIL 12. IS 22 INSTALL THERMOPLASTIC 4" INSTALL THERMOPLASTIC 4" DOUBLE YELLOW CENTERLINE STRIPE PER CALTRANS STD. PLAN A20A - DETAIL 22 WHITE RIGHT EDGE LINE STRIPE PER CALTRANS STD. PLAN A20B - DETAIL 27B. PM 7B RB 29 INSTALL THERMOPLASTIC 4" DOUBLE -YELLOW MEDIAN STRIPE PER CALTRANS STD. PLAN A20B - DETAIL 29. RS 376 INSTALL THERMOPLASTIC 8" INSTALL THERMOPLASTIC 8" WHITE LANE DROP STRIPE PER CALTRANS STD. PLAN A20C - DETAIL 37B. WHITE CHANNELIZING LANE LINE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 38. RP 38 ❑fX 3® INSTALL THERMOPLASTIC 8" INSTALL THERMOPLASTIC 6" WHITE CHANNELIZING LANE LINE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 38A. WHITE BIKE LANE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 39. XX 39 C6 39 INSTALL THERMOPLASTIC 6" INSTALL THERMOPLASTIC 6" WHITE BIKE LANE INTERSECTION STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 39A. WHITE EXTENSION LANE LINE PER CALTRANS STD. PLAN A20D - DETAIL 40. C8 40 T4 - _ _ 10 EXISTING LOOP DETECTOR TO PROTECTED IN PLACE SIGN LEGEND. NOTE: REMOVE ALL CONFLICTING STRIPING AND/OR PAVEMENT MARKINGS OSIGNALIZED INTERSECTION QQQ SPEED RIGHT LANE BEGIN DO NOT WRONG YIELD LIMIT [MCHT TURN LANE WAY N O N O BIKE ROUTE OM2 -1H OM2 -2H STOP MUST � D � � 1200 FT BIKE RIDING PERMITTED ON THIS SIDEWALK TURN RIGHT YIELD TO�IKES ENTER R5_1 R6-1 R TURN STOPPING BICYCLES THRU 50 R3-4 R3-18 () ON RED �nRE BIKE LANE OBSERVE<> 0 AHEAD D11-1(MOD) Q R1-1 R3 -7(R) R4-4 R4-7 R5-1 Q 13L00( R81(CA) SIGNAL O 1 J- 2 W34A(CA) TRAFFIC Q R1-2 R2-1(50) R9-3 R10-11 ON RED R26A(CA)(MOD) f ffp�_r_I M SIGN "A' O R6 -1(L) () LEFT TYPE N-1 CA Q MERGE OCTA BUS R13A(CA) R81A(CA) STOP SIGN OM2 -1V OM2 -2V CAL TRANS CONSTRUC TION NO TES: LEGEND: END I W3-3 W12-2 W74(CA)(L) ® ABANDON. IF APPLIED TO CONDUIT, REMOVE CONDUCTORS --- EXISTING DETECTOR LOOP CABLE --- PROPOSED DETECTOR LOOP CABLE BC INSTALL PULL BOX IN EXISTING CONDUIT RUN EXISTING PULL BOX CB INSTALL CONDUIT INTO EXISTING PULL BOX PROPOSED PULL BOX RC EQUIPMENT OR MATERIAL TO BE REMOVED AND BECOME THE PROPERTY OF Q PROPOSED TYPE E LOOP DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923 -L-A AND 923 -L -B 0 PROPOSED MODIFIED TYPE E LOOP DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923 -L-A AND 923 -L -B ® PROPOSED TYPE D BICYCLE DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923 -L-A AND 923 -L -B R81 B(CA) "LANE" PM 75' OPENING ARROW 50' 39 TYPE VI(L) PM TYPE IV(L) PM D THE CONTRACTOR 39 _ r. SC SPLICE NEW TO EXISTING CONDUCTORS OCTA BUS STOP SIGN(, E , 12 �. x )t1a n A L/\. J/ YY ^` EX. C/G 0 ;�3 ,v 12 paiVEca R26(CA)(MOD 145 38 EX. S/W TYPE IV(L) PM EX. C/G - - — N w Z R2-1(50 ,-\ Dp (2)D11-1(MOD � E , 150 39 _ _ Z N +00 !.'•� RS D11-1 (MOD) \ R28(CA) C6 TYP E 1W3 3 FORD ROAD (ON STREET LIGHT POLE) S.N.S.; E, R28(CA) RS COUf�� R28(CA RS BES (ON STREET LIGHT POLE m _° o m <v % I R26(CA)(MOD IS N w Z 9L C8 45' SPACED 39 PM BIKE"„ AT 40 0/C. o p RS R28(CA) (ON STREET LIGHT POLE) (ON STREET LIGHT POLE ' 38 _ _ - 44+00 TYPE VI(L) - - - - - „ -„_ N — p 2 o N "BIKE" PM _ IS R6 -1(R) 345' TO 38 130 PM "BIKE” LANE PM TYPE VI(L) -, K \ _� - (2)D11-1(MOD IS 39 ARROW (ON STREET LIGHT POLE _ 50' T4 i CROSSWALK 100 OPEC _ m �� ?v 36+� - T4 50' 45+00 � - _ _ u _ - 37 - \ \ \ G 00 RP R4-7- 42+00 - - 265'(38J 3 8 + 00 W o 0 TY NN f0) R4-7 RP � N N - 39 100' PM TYPE IV(R) , 38 210 � R2-1(50) � E , ' � � - 4 39+00 40+00 — _ — TYPE R6 -1(R N-1(CA� IS �' _ -- "BIKE" C6 PM "VANE" RS R28(CA) IS R3 -7(R) \ IS R26A(CA)(MOD) R118(CA) R28(CA RS (ON STREET LIGHT POLE 39 \ � u! 50' T4 - �-- , - � � 12 EX. C/G ARROW R81(CA) _ _ (TYP.) C6 — - _ _ � , _ 39 EX. S/W EX. DLC SC R81 B(CA) (ON STREET LIGHT POLE) - _ I- - - - PM "BIKE" c -- LANE 12 EX. C/G - - _ _ - - - _ - ARROW EX. S/W - - _ _ _ - - T4 50' ,yATOy (2)NEIGHBORHOOD WATCH D1 SIGN - - - - - - - - - „ „- - 50' T4 Y HILL DRQ PM TYPE IV(L) R28(CA) RS TYPE IV(L) PM 210 38 „BIKE„ PM 1 00 39 S.N.S. E\ BA R81(CA) T O £X�SrING R I I I TYPE IV(L) PM � R26(CA)(MOD) IS ST �P�N� (2)D11-1(MOD) IS ARROW R28(CA RS R28(CA RS 38 'E\� R4-7 (ON STREET LIGHT POLE) (ON STREET LIGHT POLE (ON STREET LIGHT POLE EX. C/G ' `-%TYPE-N(CA) EX. S/W (ON TRAFFIC SIGNAL POLE) PM TYPE IV(R) R28A(CA)(MOD� RS 50 39 � , TYPE VI(L) PM 38 O \ T4 50' PM TYPE IV(L) R3 -7(R IS RES/ 12 39 �� TX W 75' OPENING G PM TYPE IV(L) 3 170' SC EX. DLC R26A(CA)(MOD ENC/A PM TYPE 11 38 250' EX. S/W 12 TYPE IV(L) PM (ON STREET LIGHT POLE EX. C/G TYPE VI(L) PM 50 T4 o PM TYPE IV(R) 215 376 - dO1S 37B 130' 3 135 R1-2 ❑ - - - _ _ 12 PM TYPE IV(R) v _ N PM "BANE" ' , W TX `-X -- -Y El - - - - IS R3 -7(R) IS R8I BCCA n % - ARROW PM „BIKE„ ^? 40 '''I' _ �'� \ \ LANE XX BRIDGE DECK r_ T4 50' XX ; , i`,r - — - - - - - - - 39 Z ------- -------- _ - _ _ — - _ _ _ - - c\, - - - - ARROW R4 LO ------ ;---- IS R4_7 48 5@ 49+00 • TYPE-N(CA) `"_ Y; ,_ % = - — _ — - - - _ EX. C/G 45 TO IS R6 1(R) r*► o - - _ � - TYPE-N(CA) _ — _ - rn XX 29 - _!% -y �=� 5,+Oa _ — - CROSSWALK %\, � �• 50 Sz+oo � E , R3-18 � _ 100 OPENING- - — — _ TX W 11' — _ — ^ — IS OM2 -2H 4I+'� N CD rn XX - — 163 GAP ++ — _ "BIKE" PM - - - - SB+oo _ cV ~ LO � - ^ 57+00 0 "LANE" 72 (TYP.) — _ - - - - ARROW mom,-• - - — a`� 58+� d to TYPE IV(L) PM - - N - 59+00 265' 38 — - w 50' T4 N 21 0' 38 12 TYPE IV(R) PM EEX X. CS /W R13A(CA) IS R10-11 RS I (ON TRAFFIC SIGNAL POLE) R13A(CA) IS FORD ROAD R1011' RS, I R4 -7(E, (ON TRAFFIC SIGNAL POLE)" --' 1 " = 40' 20 0 20 40 60 ' ' ' ' ' '-- R2-1(50) 39 12 XX BRIDGE DECK w11-2 (ON STREET LIGHT POLE) CAI? THUR BONITA CANYON DRlI/E C6 (TYP.) BOULE V0/1 Allu I I Plot Date: 03/5/2020 3:02:07 PM User: ############## File Name: C:\Users\Karl\Dropbox (TJW Engineering Inc.)\TJW Projects\TAT Projects\TAT-19-001\TAT19001 Bonita Canyon MacArthur SS E.dwg Last Update: 3/5/2020 3:01:54 PM - -- N w Z 9L C8 45' SPACED 39 PM BIKE"„ AT 40 0/C. - - - - _ _ _ _ _ - - - N ' 38 LANE (TYP•) ARROW 39 50'PM TYPE VI(L) - - - - - „ -„_ _ _ _ _ o o Q IS R13A(CA) IS R6 -1(R) PM TYPE VI(L) IS R81(CA) 38 130 PM "BIKE” LANE PM TYPE VI(L) ,_\ R4-7 1-11 E ,TYPE-N(CA) \I G7-1 CA EX. C/G E ( ) RS R10-11 R26A(CA)(MOD) ,E 39 50' ARROW ` J„ " _ - RS R6 -1(R) "MacArthur Blvd EX. S/W- ' (ON TRAFFIC SIGNAL POLE) (ON STREET LIGHT POLE) E %OCTA STOP PM TYPE IV(L) ' ' ' ' ' '-- R2-1(50) 39 12 XX BRIDGE DECK w11-2 (ON STREET LIGHT POLE) CAI? THUR BONITA CANYON DRlI/E C6 (TYP.) BOULE V0/1 Allu I I Plot Date: 03/5/2020 3:02:07 PM User: ############## File Name: C:\Users\Karl\Dropbox (TJW Engineering Inc.)\TJW Projects\TAT Projects\TAT-19-001\TAT19001 Bonita Canyon MacArthur SS E.dwg Last Update: 3/5/2020 3:01:54 PM SIGNING & STRIPING GENERAL NOTES: 1. ALL WORK SHALL BE IN ACCORDANCE WITH THE PROJECT SPECIAL PROVISIONS, THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREENBOOK), 2018 EDITION AND ALL SUPPLEMENTS, THE CALTRANS STANDARD PLANS, DATED 2015, THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (CA MUTCD, REV. 4), DATED JANUARY 2014, THESE PLANS, AND THE CITY OF NEWPORT BEACH STANDARDS AND POLICIES. 2. THE LAYOUT FOR ALL PROPOSED PAVEMENT MARKINGS AND/OR TRAFFIC STRIPING SHALL BE "PRE -MARKED" AND/OR "CAT -TRACKED" FOR INSPECTION BY THE ENGINEER OR HIS REPRESENTATIVE PRIOR TO FINAL APPLICATION OF PAVEMENT MARKINGS OR STRIPING. 3. MATERIALS SHALL COMPLY WITH SECTION 214 - "TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS" OF THE SPECIAL PROVISIONS. 4. UNLESS OTHERWISE NOTED, FINAL STRIPING SHALL REFLECTORIZED THERMOPLASTIC AND APPLIED PER THE SPECIAL PROVISIONS. 5. INSTALLATION OF TRAFFIC SIGNS SHALL BE PER THE SPECIAL PROVISIONS AND INSTALLED ON NEW POSTS, EXISTING POSTS, OR EXISTING STREET LIGHTS WITH NEW BRACKETS AND STAINLESS STEEL HARDWARE. SEE CITY STANDARD DRAWING NO. 924-L. 6. THE CONTRACTOR SHALL REMOVE ALL CONFLICTING TRAFFIC STRIPING AND PAVEMENT MARKINGS BY WET SANDBLASTING OR OTHER METHOD APPROVED BY THE CITY. 7. BUFFERED BIKE LANES SHALL INCLUDE DIAGONAL STRIPES BETWEEN BIKE LANE AND BUFFER STRIPE. THE DIAGONAL SHALL BE 6 INCH WHITE AT 45 DEGREE ANGLE, AND PLACED AT 40 FOOT INTERVALS. 8. UNLESS OTHERWISE NOTED, INDUCTIVE LOOPS SHALL BE INSTALLED PER CITY STANDARD DRAWING NOS. 923 -L-A AND 923 -L -B AND CENTERED IN THE TRAVEL PORTION OF THE LANE. PLACE LIMIT LINE LOOPS IMMEDIATELY IN ADVANCE OF CROSSWALK OR LIMIT LINE, IF NO CROSSWALK. NEW STRIPING SHALL BE LOCATED AND APPROVED PRIOR TO POSITIONING LOOPS. 9. R81(CA) SIGNS TO BE 12"x8". 10. INSTALL BLUE REFLECTIVE MARKERS AT EVERY FIRE HYDRANT PER CITY STANDARD PLAN STD -902-L. 11. PAVEMENT MARKERS AND TRAFFIC LINE DETAILS SHALL BE PER THE 2010 CALTRANS STANDARD PLANS. SIGNING AND STRIPING CONSTRUCTION NOTES: CH INSTALL HIGH VISIBILITY DIAGONAL CROSS HATCH FOR CROSSWALK. EXISTING SIGN TO REMAIN. INSTALL SIGN AND POST. INSTALL THERMOPLASTIC PAVEMENT MARKING AS SHOWN PER CALTRANS STANDARDS. REMOVE AND SALVAGE UNUSED SIGN BRACKETS. REMOVE AND SALVAGE EXISTING SIGN. REMOVE AND SALVAGE EXISTING SIGN AND POST. INSTALL THERMOPLASTIC 12" SOLID LIMIT LINE OR CROSSWALK PER CA-MUTCD STANDARDS. REMOVE CONFLICTING STRIPING OR MARKINGS BY WET SANDBLASTING PROCESS. INSTALL THERMOPLASTIC 6" CHEVRON STRIPE 45' SPACED AT 40' 0/C. INSTALL THERMOPLASTIC 8" CHEVRON STRIPE. INSTALL THERMOPLASTIC 4" SOLID WHITE LANE LINE STRIPE. (W = WHITE, Y = YELLOW) O INSTALL THERMOPLASTIC 6" WHITE LANE LINE SKIP STRIPE PER CALTRANS STD. PLAN A20A - DETAIL 9. E ; 12 INSTALL THERMOPLASTIC 4" WHITE LANE LINE SKIP STRIPE PER CALTRANS STD. PLAN A20A - DETAIL 12. IS 22 INSTALL THERMOPLASTIC 4" INSTALL THERMOPLASTIC 4" DOUBLE YELLOW CENTERLINE STRIPE PER CALTRANS STD. PLAN A20A - DETAIL 22 WHITE RIGHT EDGE LINE STRIPE PER CALTRANS STD. PLAN A20B - DETAIL 27B. PM 7B RB 29 INSTALL THERMOPLASTIC 4" DOUBLE -YELLOW MEDIAN STRIPE PER CALTRANS STD. PLAN A20B - DETAIL 29. RS 376 INSTALL THERMOPLASTIC 8" INSTALL THERMOPLASTIC 8" WHITE LANE DROP STRIPE PER CALTRANS STD. PLAN A20C - DETAIL 37B. WHITE CHANNELIZING LANE LINE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 38. RP 38 3® INSTALL THERMOPLASTIC 8" INSTALL THERMOPLASTIC 6" WHITE CHANNELIZING LANE LINE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 38A. WHITE BIKE LANE STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 39. XX 39 C6 39 INSTALL THERMOPLASTIC 6" INSTALL THERMOPLASTIC 6" WHITE BIKE LANE INTERSECTION STRIPE PER CALTRANS STD. PLAN A20D - DETAIL 39A. WHITE EXTENSION LANE LINE PER CALTRANS STD. PLAN A20D - DETAIL 40. C8 40 T4 , ; EXISTING LOOP DETECTOR TO PROTECTED IN PLACE SIGN L EGEND. NOTE: REMOVE ALL CONFLICTING STRIPING AND/OR PAVEMENT MARKINGS Q PROPOSED TYPE E LOOP DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923 -L-A AND 923 -L -B O SIGNALIZED INTERSECTION (2)PROPOSED MODIFIED TYPE E LOOP DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923 -L-A AND 923 -L -B ® PROPOSED TYPE D BICYCLE DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923 -L-A AND 923 -L -B QQQ SPEED RIGHT LANE BEGIN DO9ER WRONG YIELD LIMIT �a TURN LANE WAY NO NO c� BIKE ROUTE OM2 -1H OM2 -2H STOP MUST � 1200 FT ���///�����\\\���BIKE RIDING PERMITTED ON THIS SIDEWALK ETURN ` STOPPING BICYCLES TH RU ,/ TURN RIGHT YIELD TO�IKES R5-1 R6-1 R OCTA o0 5 0 R3-4 R3-18 () ON RED ENTIRE BIKE LANE OBSERVE 0 AHEAD D11-1(MOD) Q R1-1 R3 -7(R) R4-4 R4-7 R5-1 Q BLOCK R81 (CA) SIGNAL O 15- 2 w34A(cA) TRAFFIC Q R1-2 R2-1(50) R9-3 ON RED MERGE (74)636—RIDE R10-11 R26A(CA)(MOD) GI SIGN "A' TYPE N-1(CA) O LEFT OCTA BUS O R6 -1(L) R13A(CA) R81A(CA) STOP SIGN OM2 -1V OM2 -2V END I W3-3 W12-2 W74(CA)(L) R81 B(CA) BRIDGE DECK 50' 'LANE"[ ARROW TYPE IV(R) (UN IKAFFIC bIGNAL PULE) R26(CA)(MOD (ON STREET LIGHT POLE SCALE: 1 " = 40' 20 0 20 40 60 .CALTRANS CONSTRUCTION NOTES:. ® ABANDON. IF APPLIED TO CONDUIT, REMOVE CONDUCTORS BC INSTALL PULL BOX IN EXISTING CONDUIT RUN i FrFnln • --- EXISTING DETECTOR LOOP CABLE --- PROPOSED DETECTOR LOOP CABLE El EXISTING PULL BOX nr.TA RI IC CTnp qnw (ON STREET LIGHT POLE) "BATTERSEA" S.N.S. PER CITY OF NEWPORT BEACH STANDARD PLAN Plot Date: 03/5/2020 3:02:08 PM User: ############## File Name: C:\Users\Karl\Dropbox (TJW Engineering Inc.)\TJW Projects\TAT Projects\TAT-19-001\TAT19001 Bonita Canyon MacArthur SS E.dwg Last Update: 3/5/2020 3:01:54 PM SIGNING & STRIPING GENERAL NOTES: 1. ALL WORK SHALL BE IN ACCORDANCE WITH THE PROJECT SPECIAL PROVISIONS, THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREENBOOK), 2018 EDITION AND ALL SUPPLEMENTS, THE CALTRANS STANDARD PLANS, DATED 2015, THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (CA MUTCD, REV. 4), DATED JANUARY 2014, THESE PLANS, AND THE CITY OF NEWPORT BEACH STANDARDS AND POLICIES. 2. THE LAYOUT FOR ALL PROPOSED PAVEMENT MARKINGS AND/OR TRAFFIC STRIPING SHALL BE "PRE -MARKED" AND/OR "CAT -TRACKED" FOR INSPECTION BY THE ENGINEER OR HIS REPRESENTATIVE PRIOR TO FINAL APPLICATION OF PAVEMENT MARKINGS OR STRIPING. 3. MATERIALS SHALL COMPLY WITH SECTION 214 - "TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS" OF THE SPECIAL PROVISIONS. 4. UNLESS OTHERWISE NOTED, FINAL STRIPING SHALL REFLECTORIZED THERMOPLASTIC AND APPLIED PER THE SPECIAL PROVISIONS. 5. INSTALLATION OF TRAFFIC SIGNS SHALL BE PER THE SPECIAL PROVISIONS AND INSTALLED ON NEW POSTS, EXISTING POSTS, OR EXISTING STREET LIGHTS WITH NEW BRACKETS AND STAINLESS STEEL HARDWARE. SEE CITY STANDARD DRAWING NO. 924-L. SIGN LEGEND: 0) Li w N w w En 4J z J H 6. THE CONTRACTOR SHALL REMOVE ALL CONFLICTING TRAFFIC STRIPING AND PAVEMENT MARKINGS BY WET SANDBLASTING OR OTHER METHOD APPROVED BY THE CITY. 7. BUFFERED BIKE LANES SHALL INCLUDE DIAGONAL STRIPES BETWEEN BIKE LANE AND BUFFER STRIPE. THE DIAGONAL SHALL BE 6 INCH WHITE AT 45 DEGREE ANGLE, AND PLACED AT 40 FOOT INTERVALS. 8. UNLESS OTHERWISE NOTED, INDUCTIVE LOOPS SHALL BE INSTALLED PER CITY STANDARD DRAWING NOS. 923 -L-A AND 923 -L -B AND CENTERED IN THE TRAVEL PORTION OF THE LANE. PLACE LIMIT LINE LOOPS IMMEDIATELY IN ADVANCE OF CROSSWALK OR LIMIT LINE, IF NO CROSSWALK. NEW STRIPING SHALL BE LOCATED AND APPROVED PRIOR TO POSITIONING LOOPS. 9. R81(CA) SIGNS TO BE 12"x8". 10. INSTALL BLUE REFLECTIVE MARKERS AT EVERY FIRE HYDRANT PER CITY STANDARD PLAN STD -902-L. 11. PAVEMENT MARKERS AND TRAFFIC LINE DETAILS SHALL BE PER THE 2010 CALTRANS STANDARD PLANS. ft 000SPEED RIGHT LANE BIKE ROUTE OM2 -1H OM2 -2H STOP �E`° I 1 0 MUST DIKE RIDING PERMITTED ON THIS SIDEWALK 5LIMIT 0 R3-4 TURN RIGHT D11-1(MOD) R1-1 R2-1(50) R3 -7(R) 0 R1-2 0 OM2 -1V OM2 -2V R81(CA IS R2-1(50) ( E , (ON TRAFFIC SIGNAL POLE ( ) EX. S/W "LANE" PM 12 RB (TYP.) C6 39 EX. C/G ARROW LO Trl 86+00 I �� 3WA�LK � I 0 00 39"LANE„ PM — — — — EX. C/G - ARROW EX. S/W (TYP.) C6 TYPE IV(L) PM BC SC INSTALL #5 PULL BOX SPLICE INTO EX. DLC 2 0 X a 0 W co Z _ J BRIDGE X� DECK EX. DLC SCALE: 1 " = 40' 20 0 20 40 60 EX. C/G - EX. S/W 225' 38 TYPE IV(L) PM7 200' 39 50' T4 12 R26A(CA)(MOD) I.. E R6R4(R)` E TYPE-N(CA) BEGIN DO NOTWRONG �T� O O WAY � ENTER R5-1 R3-18 R4-4 R4-7 R5-1 TX W lip R4-7 RS TYPE—N(CA) W TX 89+00 IS R4-7 , Tvc)29 � 29 �El R6 -1(R), 40 DB � I PRARIE ROAD ^ A / TP'1 A A / n ^ ^ A I t-% I I ^ 'F-1 ^ A / A / ^ TrP► U AvANuum Ir ArrLItU IU WINUUII, KtMUVt I.UNUUWUKJ BC INSTALL PULL BOX IN EXISTING CONDUIT RUN CB INSTALL CONDUIT INTO EXISTING PULL BOX RC EQUIPMENT OR MATERIAL TO BE REMOVED AND BECOME THE PROPERTY OF THE CONTRACTOR TYPE IV(R) SIGNING AND STRIPING CONSTRUCTION NOTES: CH INSTALL HIGH VISIBILITY DIAGONAL CROSS HATCH FOR CROSSWALK. EXISTING SIGN TO REMAIN. INSTALL SIGN AND POST. INSTALL THERMOPLASTIC PAVEMENT MARKING AS SHOWN PER CALTRANS STANDARDS. REMOVE AND SALVAGE UNUSED SIGN BRACKETS. REMOVE AND SALVAGE EXISTING SIGN. REMOVE AND SALVAGE EXISTING SIGN AND POST. INSTALL THERMOPLASTIC 12" SOLID LIMIT LINE OR CROSSWALK PER CA—MUTCD STANDARDS. (W = WHITE, Y = YELLOW) REMOVE CONFLICTING STRIPING OR MARKINGS BY WET SANDBLASTING PROCESS. INSTALL THERMOPLASTIC 6" CHEVRON STRIPE 45' SPACED AT 40' 0/C. INSTALL THERMOPLASTIC 8" CHEVRON STRIPE. INSTALL THERMOPLASTIC 4" SOLID WHITE LANE LINE STRIPE. O INSTALL THERMOPLASTIC 6" WHITE LANE LINE SKIP STRIPE PER CALTRANS STD. PLAN A20A — DETAIL 9. 345 TO E ; 12 INSTALL THERMOPLASTIC 4" WHITE LANE LINE SKIP STRIPE PER CALTRANS STD. PLAN A20A — DETAIL 12. IS 22 INSTALL THERMOPLASTIC 4" DOUBLE YELLOW CENTERLINE STRIPE PER CALTRANS STD. PLAN A20A — DETAIL 22 INSTALL THERMOPLASTIC 4" WHITE RIGHT EDGE LINE STRIPE PER CALTRANS STD. PLAN A20B — DETAIL 27B. PM 7B RB 29 INSTALL THERMOPLASTIC 4" DOUBLE—YELLOW MEDIAN STRIPE PER CALTRANS STD. PLAN A20B — DETAIL 29. RS 376 INSTALL THERMOPLASTIC 8" WHITE LANE DROP STRIPE PER CALTRANS STD. PLAN A20C — DETAIL 37B. RP 38 INSTALL THERMOPLASTIC 8" WHITE CHANNELIZING LANE LINE STRIPE PER CALTRANS STD. PLAN A20D — DETAIL 38. ❑fX 3® INSTALL THERMOPLASTIC 8" WHITE CHANNELIZING LANE LINE STRIPE PER CALTRANS STD. PLAN A20D — DETAIL 38A. INSTALL THERMOPLASTIC 6" WHITE BIKE LANE STRIPE PER CALTRANS STD. PLAN A20D — DETAIL 39. XX 39 C6 39 INSTALL THERMOPLASTIC 6" WHITE BIKE LANE INTERSECTION STRIPE PER CALTRANS STD. PLAN A20D — DETAIL 39A. INSTALL THERMOPLASTIC 6" WHITE EXTENSION LANE LINE PER CALTRANS STD. PLAN A20D — DETAIL 40. C8 40 T4 , ; EXISTING LOOP DETECTOR TO PROTECTED IN PLACE NOTE: REMOVE ALL CONFLICTING STRIPING AND/OR PAVEMENT MARKINGS OSIGNALIZED INTERSECTION 0 PROPOSED TYPE E LOOP DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923—L—A AND 923—L—B 0 PROPOSED MODIFIED TYPE E LOOP DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923—L—A AND 923—L—B ® PROPOSED TYPE D BICYCLE DETECTOR TO BE INSTALLED PER CITY OF NEWPORT BEACH STANDARD DRAWINGS 923—L—A AND 923—L—B F I ONEWAY ME NO NO O'AD R6 -1R1:1:)] TURN STOPPING BICYCLES () ON RED ENTIRE BIKE LANE OBSERVE<> 0 R9-3 0 ON RED BLOC( R81 (CA) SIGNAL 0 [<�3=j R10-11 R26A(CA)(MOD) GI SIGN "A' TYPE N-1(CA) 0 R6 -1(L) R 13A(CA) R81 A(CA) END '-`R9-3 W3-3 r_)ON TRAFFIC SIGNAL POLE) PM TYPE IV(L) R81 B(CA) ' "BIKE" EX. S W T4 50 PM » / PM TYPE IV(L) 39 200' 38 250' ARROW RB SC SPLICE INTO EX. DLC - - EX. C/G - - (TYP.) C6 () - ------ -- 91+00 D V o CD 0 C-4 04 345 TO LIMIT LINE 92+00 O 93+00 94+00 95+00 I I F - - - EX. C/G RP R28(CA) pBIKE' � E ,R2-1(50) EX. S/W ' R6 -1(R) ARROW IS R26A(CA)(MOD) E R4-7 (ON STREET LIGHT POLE) BONITA CANYON DRIVE TYPE—N(CA) � E ) R9-3 IS R81 (CA) (ON TRAFFIC SIGNAL POLE) LEGEND: --- EXISTING DETECTOR LOOP CABLE --- PROPOSED DETECTOR LOOP CABLE EXISTING PULL BOX PROPOSED PULL BOX unH mo urtu R2-1(50) J W73A(CA) "SIGNAL" R81 (CA) AKKUW (ON TRAFFIC SIGNAL POLE) u "LANE" 270' ARROW (ON STREET LIGHT POLE W4-21, E , R81 (CA) IS R26A(CA) RP T4 TYPE VI(L) PM RB "SIGNAL" PM W12-2 1200 FT AHEAD W34A(CA) 'THRU` TRAFFIC MERGE LEFT W74(CA)(L) N=-161 OCTA ❑❑ 17-1 LEJJ OCTA BUS STOP SIGN /,--(j3l 12 BRIDGE DECK XX 96+00 97+00 I - W J co - N � - m 98+00WIJ W _ J iv NLJO U -- - - - - - - BRIDGE DECK XX W3-3 RP - - - R9-3 (ON TRAFFIC SIGNAL POLE) W1-7 i � TYPE N-1(CA) `D y \ E R5-1 a G28-2 CA 1 E AMPS G7-1 CA ` G66 -12A CAoN/OFF SR '/' EX. C/G EX. S/W 1E IW12-2 R9-3 (ON STREET LIGHT POLE) Plot Date: 03/5/2020 3:02:09 PM User: ############## File Name: C:\Users\Karl\Dropbox (TJW Engineering Inc.)\TJW Projects\TAT Projects\TAT-19-001\TAT19001 Bonita Canyon MacArthur SS E.dwg Last Update: 3/5/2020 3:01:54 PM