Loading...
HomeMy WebLinkAboutC-7067-2 - Cameo Highlands Street Reconstruction 20R21February 23, 2022 All American Asphalt Attn: Jim McGee P.O. Box 2229 Corona, CA 92878 Subject: Cameo Highlands Street Reconstruction — C-7067-2 Dear Mr. McGee: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039FAX newportbeachca.gov On February 23, 2021, 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 February 24, 2021 Reference No. 2021000130156. The Surety for the contract is Fidelity and Deposit Company of Maryland and the bond number is 7663472. Enclosed is the Faithful Performance Bond. Sincerely, j V`�`� Leilani I. Brown, MMC City Clerk Enclosure Premium is for contract term and is subject to adjustment based on final contract price Executed in: 2 Counterparts Supersedes Prior Bonds Issued on: 05/14/2020 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 7663472 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 9,581.00 , being at the rate of $ 3.95 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing pavement, curb and gutter, sidewalk, cross gutters and curb access ramps; (4) removing and reconstructing roadway; (5) constructing curb, curb and gutter, sidewalk, cross gutters, and curb access ramps; (6) adjusting City utility and survey facilities to grade; (7) installing truncating domes, traffic striping and pavement markings; (8) coordinating with outside utility owners to have their facilities raised to grade; (9) potholing to identify existing utility lines; (10) furnishing and installing new trees; (11) removing existing hardscaping, pavement and landscape as needed for contract work;, and (12) other incidental items to be completed in work places required by the Plans and Specifications, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit company of Maryland duly transact business under the laws of the State of California as Sure authorized to "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two r Million Four Hundred Twenty Five Thousand Six Hundred Ninety Four Dollars ($2,425,694.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. All American Asphalt Page B-1 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 4th day of June 2020 All American Asphalt Name of Contractor (Principal) Authoriz a ure/TItIQ - � �F�AR.tOM� Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety (213)270-0600 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: (a// 6/1,02 By. L� Nva For._Aaron C. Harp pb�a City Attorney CY' Agent Signature William Syrkin, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED � e All American Asphalt Pa a B-2 r;bSp,Ik'fA{tRIIdt N�q,1,•Cel90xket�5 19 A(311111tgtfl,k{pt€rp:YUll'J11'd f,N1/91 tafflwk 4 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracy. or validity of that document State of California County of Riverside On June 9, 2020 before me, B. Royster, Notary Public Date Here Insert name and Title of the officer personally appearedMichael Farkas Name Signer(et^' who proved to me on the basis of satisfactory evidence to be the � B. aovsilR person(s) whose name(s) Were subscribed to the within instrument NotaryPublic- California and acknowledged to me that he/she/they executed the same in Riverside county his/her/ther authorized capacity(ies), and that by his/herli & Commission a 2260752 signature(&) on the instrument the person(s), or the entity upon behalf My comm. Expires Oct 26, 2022 of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my and ar} official seal. Signature• Place Notary Seal Above Signapire of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Faithful Performance Bond — City of Newport Beach Document Date: June 4 2020 Number of Pages: 5 Signer(s) Other Than Named Above: William Sorkin Attorney -in -Fact Capacity(ie&) Claimed by Signer(&) Signer's Name: Michael Farkas o Individual X Corporate Officer—Title(s): Corp. Secretary a Partner I o Limited o General o Attorney in Fact a Trustee o Other: Signer is Representing: Signer's Name: a Individual a Corporate Officer—Title(s): a Partner I o Limited a Gene a Attorney in Fact a Trustee a Other: / Signer is Representing: 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 "Please See Attached" )SS. On 20_ before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity Jai*rv# etL of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared Proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(les), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt R' -- Page 6-3 B 6-3 __-3 CALIFORNIA►ACKNOWLEDGMENT CIVIL CODE F<.dt �'gt nt < 2 ,^.t..�<S�< a •�< :� n< �iV: t Y 2 \ < V `N'< J .,„�. 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 06/04/2020 before me, Liliana Gomez, Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin Name('sj,of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons) whose names* is/*e subscribed to the within instrument and acknowledged to me that he/sthe/they executed the same in his/her/their authorized capacity(, and that by his/her/their signature4on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. as _ LaIANAC MEZ ?!. Notary Public California y t oranrc cixmrq � w conwm;9 )n Y 2213326 My Comm EXpI... May 20 �J2 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ��� Signature of N ary Public OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Performance Bond No. 7663472 Document Date: 06/04/2020 Number of Pages: Three(3) Signer(s) Other Than Named Above: All American Asphalt Capacity(les) Claimed by Signer(s) Signer's Name: William Svrkin ❑ Corporate Officer — Tltle(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual Cd Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: _ Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ejorliumlarjul • til 1 PRF7663472 Bond Number Cay of Newport Beach Obligee ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint wlnamsyrkm , its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 4th day of dune , A.D. 2020 w w IIIIAL ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By. Daren E. Secretary State of Maryland County of Baltimore On this 4th day of June ­A.D. 2020 , before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction ofthe said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written. mp0,%d Constance A. Dunn, Notary Public """ My Commission Expires: July 9, 2023 May 3, 2021 All American Asphalt Attn: Jim McGee P.O. Box 2229 Corona, CA 92878 Subject: Cameo Highlands Street Reconstruction - C-7067-2 Dear Mr. McGee: 100 Civic Center Drive Newport Beach, t alifornia 92650 941)-644-3005 1 949644- M39 ray new po rtbeac hca.gov On February 23, 2021 the Citv 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 February 24, 2021, Reference No. 2021000130156. The Suretv for the bond is Fidelitv and Deposit Company of Maryland and the bond number is 7663172. Enclosed is the Labor & Materials Payment Bond. Sincerely, -Leilani L Brown, MM( City Clerk Enclosure .'remium is included in the performance bond Executed in: 2 Counterparts Supersedes Prior Bonds Issued on: 05/14/2020 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 7663472 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing pavement, curb and gutter, sidewalk, cross gutters and curb access ramps; (4) removing and reconstructing roadway; (5) constructing curb, curb and gutter, sidewalk, cross gutters, and curb access ramps; (6) adjusting City utility and survey facilities to grade; (7) installing truncating domes, traffic striping and pavement markings; (8) coordinating with outside utility owners to have their facilities raised to grade; (9) potholing to identify existing utility lines; (10) furnishing and installing new trees; (11) removing existing hardscaping, pavement and landscape as needed for contract work;, and (12) other incidental items to be completed in work places required by the Plans and Specifications, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Four Hundred Twenty Five Thousand Six Hundred Ninety Four Dollars ($2,425,694.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not All American Asphalt - ---- Pagee A-1 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 4th day of June 2020 All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety (213)270-0600 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: Aaron C. Harp City Attorney — Authoriz�ggd� S'�'Q�nure//��'Itl Cff&�. A144 �kGL "Pao d/,+* Authoriz d Agent Signature William Syrkin, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED All American Asphalt Page A-2 CALIFORNIA AL -PURPOSE AC KNONWL,FDGEIVIUM 4�I\/tI, e:K�I1F, tj t1ti9 A notary public or other officer completing lite certificate verifies only the identity of the individual who signed the FA to which this certificate is attached_ and not the truthfulness. accuracv. or validity of that document. State of California County of Riverside On June 9, 2020 before me, B. Royster, Notary Public Dale Here Insert name and Title of the Officer personally appeared Michael Farkas Name*�jaf Signer" who proved to me on the basis of satisfactory evidence to be the �,..:.. B. ROYS7ER person(F) whose name(&) is/are subscribed to the within instrument a Notary Public -California and acknowledged to me that he/sheAhey executed the same in I\ - Riverside County authorized capacity(tes), and that by his/her/th � eir 10Riverside p 2260352 \\ My comm. Empires ocf te, zurt signature(s) on the instrument the person(&), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my, and an official seal. Signature Place Notary Seal Above Sign re of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Labor and Materials Payment Bond — City of Newport Beach Document Date: June 4, 2020 Number of Pages: 5 Signer(s) Other Than Named Above: _ William Sorkin Attorney -in -Fact Capacity(ies) Claimed by Signer(G) Signer's Name: Michael Farkas Signer's Name: c Individual ❑ Individual 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 "Please See Attached– ) SS. On , 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of )SS. On 20 before me, — Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 11 -3 s <( Ca�CiKa�f s�K `.. a�N�`tgi.q: ��Ne'• <sy s� .;K.vtu . rg< :CCs..t�2s siNs2• ciK�a•r(. 0<.i<v 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 06/04/2020 before me, Liliana Gomez, Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin Naml SignerN who proved to me on the basis of satisfactory evidence to be the person(* whose name* is/are subscribed to the within instrument and acknowledged to me that he/site/thea executed the same in his/her/their authorized capacity(Iss), and that by his/her/iheir signature(*on the instrument the person(*, or the entity upon behalf of which the persons) acted, executed the instrument. I II DANA 1.01 ' 13 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Arotary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond No. 7663472 Document Date: 06/04/2020 Number of Pages: Three(.1)_ Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: William Svrkin Fl Corporate Officer — Title(s): I._7 Partner — ❑ Limited ❑ General ❑ Individual @'Attorney in Fact Ll Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: R"W, ', rr«v. .0✓Cert• . 1isC✓<Vra �4R Av. S�Ke{ +:{ :•5L`! ' s ✓K�r PRF7663472 Bond Number City of Newport Beach Obligee ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"). by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint WII11annSyndn , its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 4th day of June , A.D. 2020 ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MAR YLAND By: Robert D. Murray Vice President t C )C c4lvt � _ .L iL6Y,i>• By: Dawn B. Brown Secretary State of Maryland County of Baltimore On this 41h day of June _ _ A.D. 2020, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public """ My Commission Expires: July 9, 2023 Batch 9330009 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII!IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NO FEE • $ R 0 0 1 2 5 6 0 1 7 6 S+ 202100013015610:35 am 02124/21 9 RW9A N12 1 0.00 0.00 0.00 0.00 0.09 0.00 0.000.000.90 9.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and All American Asphalt, Corona, California, as Contractor, entered into a Contract on May 26, 2020. Said Contract set forth certain improvements, as follows: Cameo Highlands Street Reconstruction - C-7067-2 Work on said Contract was completed, and was found to be acceptable on February 23. 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. BY 7/1J&4)4 I u lic Works irecto 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�lWlrJt`�1 6`(i P at Newport Beach, California. 10 Page 1 of 1 https:Hgs.secure-recording.coin/Batch/Confirmation/9330009 02/24/2021 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and All American Asphalt, Corona, California, as Contractor, entered into a Contract on May 26, 2020. Said Contract set forth certain improvements, as follows: Cameo Highlands Street Reconstruction - C-7067-2 Work on said Contract was completed, and was found to be acceptable on February 23, 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. BY u lic orks irecto City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ��� p� �f Executed on I i iftU -4 l��i %�� at Newport Beach, California. M City Clerk CITY OF NEWPORT BEACH NOTICE INVITING BIDS '•s 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 16th day of APRIL , 2020, at which time such bids shall be opened and read for CAMEO HIGHLANDS STREET RECONSTRUCTION 20R21 Contract No. 7067-2 $2,671,000 Engineer's Estimate ames M. Houlihan puty 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, Prosect 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 CAMEO HIGHLANDS STREET RECONSTRUCTION Contract No. 7067-2 TABLE OF CONTENTS NOTICEINVITING 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 City of Newport Beach CAMEO HIGHLANDS STREET RECONSTRUCTION Contract No. 7067-2 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. 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, 3 bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. 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 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 0 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. 267073 Class: A, C-12 Contractor's License No. & Classification 1000001051 6/30/2020 DIR Registration Number & Expiration Date All American Asphalt 5 Authorized Signature/TitleEdward J. Carlson, Vice President Date Bid Bond No. 08597423 Bid Date: 04/16/2020 City of Newport Beach CAMEO HIGHLANDS STREET RECONSTRUCTION Contract No. 7067-2 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 Total Amount Bid ----- Dollars ($ 10%of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CAMEO HIGHLANDS STREET RECONSTRUCTION, Contract No. 7067-2 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 9th day of April 2020. All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety (213)270-0600 Telephone Authorized ignature/Title 6DVVt4J-CfflQV-P0N t %J• p, Autho ed Agent Signature William Syrkin, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) D CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached_ and not the truthfulness. accuracy. or validity of that document. State of California County of Riverside On April 13, 2020 before me, B. Royster, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Namelfrnnigner4— 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 B. ROYSTER and acknowledged to me that he/she/t#ey executed the same in Notary Public - California his/heritheir authorized capacity(ies), and that by his/her/t#eir Riverside County Tsignature(s) on the instrument the person(s), or the entity upon behalf o Commissions Oct 26,2 of which the erson s °� •^' acted, executed the instrument. My Comm. Expires Oct 26, 2022 P ) I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS m and official seal. Signature Place Notary Seal Above Si a ature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bidder's Bond — City of Newport Beach Document Date: April 9, 2020 Number of Pages: 5 Signer(s) Other Than Named Above: William Syrkin Attorney -in -Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer — Title(s): Vice President ❑ Partner I ❑ Limited ❑ General RIGHT THUMBPRINT ❑ Attorney in Fact OF SIGNER ❑ Trustee Top of thumb here ❑ Other: Signer is Representing: ❑ Corporate Officer — Title(s): ❑ Partner C ❑ Limited ❑ Gen ❑ Attorney in Fact Top of thumb hei ❑ Trustee ❑ Other Signer is Representing: "" See Attached "" ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On 20 before me; Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 (seal) Thumbprint of Signer Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT n 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. 1 4 '717,,, i� State of California County of )SS. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) SS. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A\.aLc><\.At.AC'�N.-'t•.At. CAC.AC wLA¢!L�t.At� .cam .c? .a•.9? .A\.At.A .AC MC 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 04/09/2020 Date personally appeared William before me, Liliana Gomez, Notary Public Here Insert Name and Title of the Officer NameKof SignerN who proved to me on the basis of satisfactory evidence to be the persons} whose name(8- is/are subscribed to the within instrument and acknowledged to me that he/site/t-ray executed the same in his/herMwir authorized capacity(ile�, and that by his/hrw//their signature(4 on the instrument the person(!* or the entity upon behalf of which the persons) acted, executed the instrument. LILIANA GOMEZ f E r Notary Public - California Orange County Commission n 2243326 Comm. Expires May 20. 2022 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of otary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 04/09/2020 Number of Pages: Three 3 Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: William Sorkin _ ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual 5'Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — F1 Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: G'LG-✓G�ri,G'✓i-liG�.G'✓G'✓G�e%i •✓.'L G'Li-I�G-✓ '✓G'� • .vG\ �.G�: -t/GV A+'� -' Gam.' •'!i.-✓✓ L •�. - Gam„ ✓G�,G'liG4.'.v?v GT__GVGCT'!/GM EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time. " CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By - Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 9th day of April 2020 N••N 5N$ ••y. *CP 0 nsSAL Itf� i t�a� t9Ds fy��i D� «wy�7 IM•• By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reportsfclaimsQzurichna.com 800-626-4577 City of Newport Beach CAMEO HIGHLANDS STREET RECONSTRUCTION Contract No. 7067-2 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 Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. All American Asphalt Bidder 9 Authoriz Signa ure/Title Edward J. Carlson, Vice President City of Newport Beach CAMEO HIGHLANDS STREET RECONSTRUCTION Contract No. 7067-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name All American Asphalt 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 Project Name/Number Simi Valley Minor Street Rehabilitaiton Project Description Street Rehabilitaiton Approximate Construction Dates: From 07/2019 Agency Name City of Simi Valley Contact Person Sarah Sheshebor To: 08/2019 Telephone ( 805-583-6792 Original Contract Amount $510,124.25 Final Contract Amount $ $503,514.14 If final amount is different from original, please explain (change orders, extra work, etc.) Reduced Contract Quantity 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. We No. 2 Project Name/Number Yerba Buena Area Resurfacing Project Project Description Street Resurfacing Approximate Construction Dates: From 06/2019 To: 12/2019 Agency Name County of Ventura Contact Person Christopher Solis Telephone ( ) 805-654-2054 Original Contract Amount $3.919,808.95Final Contract Amount $ $4,415,286.03 If final amount is different from original, please explain (change orders, extra work, etc.) Increased Quantitv 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. None No. 3 Project Name/Number 2019 Citywide Street Resurfacing Project Description Street Resurfacing Approximate Construction Dates: From 10/2019 To: 12/2019 Agency Name City of Stanton Contact Person Guillermo Perez Telephone ( ) 714-890-4204 Original Contract Amount $ 1.206.869.00 Final Contract Amount $ $1,171,114.00 If final amount is different from original, please explain (change orders, extra work, etc.) Reduced Contract Quantitv 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. None 11 No. 4 Project Name/Number Road Repair Service (Pothole Repair) Project Description Pot Hole Repairs Approximate Construction Dates: From 08/2019 To: 11/2019 Agency Name City of Compton Contact Person John Strictland Telephone ( ) X10-6015-`�50� Original Contract Amount $ 1.019,100.00Final Contract Amount $ $1,214,959.04 If final amount is different from original, please explain (change orders, extra work, etc.) Overage in Quantities 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. None No. 5 Project Name/Number Street Rehabilitaiton for S. Avenue La Esperanza Project Description Street Rehabilitaiton Approximate Construction Dates: From 09/2019 Agency Name City of San Clemente Contact Person Darra Koger To: 10/2019 Telephone ( ) 949-361-3138 Original Contract Amount $ 3e4,055.00Final Contract Amount $ $291,938.00 If final amount is different from original, please explain (change orders, extra work, etc.) Chanqe in Scoge 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. None. 12 No. 6 Project Name/Number Circle Park Driveway Project Project Description Driveway Approximate Construction Dates: From 06/2019 To: 09/2019 Agency Name City of South Gate Contact Person John Rico Telephone ( ) 323-563-9594 Original Contract Amount $ 268.576.00 Final Contract Amount $ $307,644.00 If final amount is different from original, please explain (change orders, extra work, etc.) Overaqes on Quantities 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. None Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. All American Asphalt 13 Authorized Signature/Title Edward J. Carlson, Vice President Rick Selph has been with All American Asphalt with 32 years where he has held a variety of different positions, most currently being a manager for over 20 years. i As a superintendent, Rick is in charge scheduling jobs, attending meetings, consistently improving job quality and keeping accurate records of quantities used on jobs to maintain meticulous invoicing. All American Asphalt feels that Rick Selph is the best superintendent for this job because of his extensive knowledge of Orange County. RPfPranrnc Reza Jafari Tom Banl:s City of Irvine City of Costa Mesa 949-724-7545 714-925-7424 PAST WORK REFERENCES WITH CHANGE ORDERS 2019 City of Simi Valley Simi Valley Minor Street Rehabilitation 2929 Tapo Canyon Rd. Simi Valley, CA 93063 Contact: Sarah Sheshebor (805)583-6792 ssheshebnsimivalle .or County of Ventura Yerba Buena Area Resurfacing Project 501 Poli Street Ventura, CA 93001 Contact: Christopher Solis (805) 654-2054 chris.solis(a.ventura.org City of Stanton 2019 Citywide Street Resurfacing 7800 Katella Avenue Stanton, CA. 90680 Contact: Guillermo Perez (714) 890-4204 gperez(a7ci.stanton.ca us City of Compton Road Repair Service (Pothole Repair) 205 S. Willowbrook Avenue Compton, CA. 90220 Contact: John Strictland (310) 605-5505 istrictlandca-)comptoncity.org City of San Clemente Street Rehab. for S. Avenue LA Esperanza 910 Calle Negocio San Clemente, CA. 92673 Contact: Darra Koger (949) 361-3138 kogerDOsan-clemente ora Contract Amount: $510,124.25 Change Orders: $6,610.11 Final Paid Amount: $503,514.14 Reason: Reduced Contract Quantity Start Date: 07/2019 End Date: 08/2019 Contract Amount: $3,919,808.95 Change Orders: $495,477.08 Final Paid Amount: $4,415,286.03 Reason: Increased Quantity Start Date: 06/2019 End Date: 12/2019 Contract Amount: $1,206,869.00 Change Orders: $35,755.00 Final Paid Amount: $1,171,114.00 Reason: Reduced Contract Quantity Start Date: 10/2019 End Date: 12/2019 Contract Amount: $1,019,100.00 Change Orders: $195,859.04 Final Paid Amount: $1,214,959.04 Reason: Overage in Quantities Start Date: 08/2019 End Date: 11/2019 Contract Amount: $384,055.00 Change Orders: $92,117.00 Final Paid Amount: $291,938.00 Reason: Change in Scope Start Date: 09/2019 End Date: 10/2019 PAST WORK REFERENCES WITH CHANGE ORDERS City of South Gate Circle Park Driveway Project 8650 California Avenue South Gate, CA. 90280 Contact: John Rico (323) 563-9594 rico@so act te.org 2019 Contract Amount: $268,576.00 Change Orders: $39,068.00 Final Paid Amount: $307,644.00 Reason: Overages on Quantities Start Date: 06/2019 End Date: 09/2019 2019 PAST WORK REFERENCES City of Simi Valley 2929 Tapo Canyon Rd. Simi Valley, CA 93063 Contact: Sarah Sheshebor (805)583-6792 sshesheb(a)simivallev.ora County of Ventura 501 Poli Street Ventura, CA 93001 Contact: Christopher Solis (805) 654-2054 chris.solis(@,ventura.org City of Stanton 7800 Katella Avenue Stanton, CA. 90680 Contact: Guillermo Perez (714) 890-4204 gperez(aDci.stanton.ca.us City of Compton 205 S. Willowbrook Avenue Compton, CA. 90220 Contact: John Strictland (310) 605-5505 istrictland(c)comptoncity orq City of San Clemente 910 Calle Negocio San Clemente, CA. 92673 Contact: Darra Koger (949) 361-3138 kogerD6a san-cemente orq City of South Gate 8650 California Avenue South Gate, CA. 90280 Contact: John Rico (323) 563-9594 Lico(a,sogate.org Simi Valley Minor Street Rehabilitation Contract Amount: $510,124.25 Start Date: 07/2019 End Date: 08/2019 Yerba Buena Area Resurfacing Project Contract Amount: $3,919,808.95 Start Date: 06/2019 End Date: 12/2019 2019 Citywide Street Resurfacing Contract Amount: $1,206,869.00 Start Date: 10/2019 End Date: 12/2019 Road Repair Service (Pothole Repair) Contract Amount: $1,019,100.00 Start Date: 08/2019 End Date: 11/2019 Street Rehabilitation for S. Avenue LA Esperanza Contract Amount: $384,055.00 Start Date: 09/2019 End Date: 10/2019 Circle Park Driveway Project Contract Amount: $268,576.00 Start Date: 06/2019 End Date: 09/2019 2019 PAST WORK REFERENCES Pardee Homes 1250 Corona Pointe Court, Ste. 600 Corona, CA. 92879 Contact: Nick Lasher (951) 428-4442 nick. lasher(a-)pardeehomes.com City of Fontana 8353 Sierra Avenue Fontana, CA. 92335 Contact: Kimberly Young (909) 350-7632 kyoung a(Vontana.org DR Horton 2280 Wardlow Circle Ste. 100 Corona, CA. 92880 Contact: Keith Alex (951) 830-5872 kalex(a-)drhorton.com City of Ontario 2201 Dupont Dr. #300 Irvine, CA. 92612 Contact: Kavous Emami (909) 628-6234 Irvine Community Development Company 550 Newport Center Dr. Ste. 550 B2 Newport Beach, CA. 92660 Contact: Mike Morse (949) 720-2560 City of Downey 11111 Brookshire Avenue Downey, CA. 90241 Contact: Desi Gutierrez, (562) 904-7110 dgutierraC )downeyca.org Railroad Canyon Widening Contract Amount: $5,062,746.00 Start Date: 11/2018 End Time: 08/2019 Citrus Avenue Improvements Contract Amount: $502,730.00 Start Date: 08/2018 End Date: 10/2019 Singlton Road Contract Amount: $1,684,000.00 Start Date: 07/2018 End Date: 12/2019 Eucalyptus Street Improvements Contract Amount: $1,580,580.00 Start Date: 3/2018 End Date: 10/2019 Portola Springs PA -6 Enclave 5B Phase1, 2 Contract Amount: $2,055,055.00 Start Date: 09/2018 End Date: 12/2019 FY 18/19 Slurry Seal Project Contract Amount: $313,425.87 Start Date: 06/2019 End Date: 12/2019 2019 PAST WORK REFERENCES City of Chino PO Box 667 Chino, CA. 91708 Contact: Dustin Postovoit (909) 334-3415 apostovoit a(�cityofchino.orq City of Lancaster 44933 Fern Avenue Lancaster, CA. 93534 Contact: Greg Wilson (661) 570-8003 gwilson cityoflancasterca.org City of Colton 650 N. La Cadena Dr. Colton, CA. 92324 Contact: Victor Ortiz (909) 370-5099 vortiz .coltonca.gov City of Cathedral City 68700 Ave Lalo Guerrero Cathedral City, CA. 92234 Contact: John A. Corella (760) 770-0349 jcorella(aD,cathedralcity.gov City of San Clemente 910 Calle Negocio San Clemente, CA. 92673 Contact: Gary Voborsky (949) 361-6132 voborsky.q(Qsan-clemente org County of Orange 300 N. Flower Street Santa Ana, CA. 92703 Contact: Stephen Clayton (714)955-0206 Stephen. claytonaocow.ocgov.com Slurry Seal Maintenance Work Contract Amount: $372,805.00 Start Date: 1/2019 End Date: 12/2019 2018 Pavement Management Program Contract Amount: $2,720,103.65 Start Date: 3/2019 End Date: 12/2019 FY 18-19 Asphalt Paving Project Contract Amount: $1,377,700.00 Start Date: 3/2019 End Date: 11/2019 Ortega Road Widening Contract Amount: $459,998.00 Start Date: 2/2019 End Date: 12/2019 Arterial Street Pavement Maintenance Contract Amount: $1,187,187.00 Start Date: 3/2019 End Date: 7/2019 JOC Pavement Maintenance Contract Amount: $4,500,000 Start Date: 07/2019 End Date: 10/2019 2019 PAST WORK REFERENCES City of Lake Elsinore 130 S. Main Street Lake Elsinore, CA. 92530 Contact: Nicole McCalmont (951) 674-3124 nmcalmont(cr)lake-elsinore org City of Inglewood One W. Manchester Blvd Inglew000d, CA, 90301 Contact: Lea Reis (323) 260-4703 Ireis koacorp.com SB -1 Lincoln St Pavement Rehabilitation Contact Amount: $833,360.00 Start Date: 6/2019 End Date: 10/2019 North La Brea Avenue Contract Amount: $4,540,992.20 Start Date: 11/2018 End Date: 12/2019 PAST WORK REFERENCES 2018 Cite of Moreno ValleV Allessandro Blvd. Street Improvements at 14177 Frederick St. 01011,111 Court and Graham Sweet P.O. Box 88005 Contract Amount: $445.821.50 Moreno Vallee. CA 92552 Start: 05CO18 Contact: Henry Ngo, P.L:.. (951 ) 413-;106 Complete: 1 1!2018 Cite of Aliso Viejo Aliso Creek and Road Rehab I-) Journev Street Ste it 100 Contract An1OUit: 5657,770.00 Aliso Viejo. CA 92656 Start: 0512018 Contact: Mari Shakir. (949) 425-2556 Complete: 10%2018 \4tin�1�.U1C�(\tai-::111>[!V It )i.�;lll Cite of Laguna Niguel FY 17-18 Alicia Park4yaV Arterial Pavement 301 1 1 Crown Valley Park\�a\ Rehab Laguna Nig1 Nil -Wel, CA 92677 Contract Amount:'.' 1700.00 Contact: 1 -rank Borges. (949) 632-4300 Start: 08.2018 Complete: 11,12018 City Of Jurupa Vallee Van Buren Blvd. Pavement Rebab PI 12 8304 Limonite Avenue Suite NI Contract Amount: $781.8-15.00 ,lurupa Valley, CA 92509 Start: 08'2018 Contact: Chase Keys. (951 ) 332-6464 Complete: 02'3018 (;kv\; a juruwti\ Irwindale 20 17-20 18 ResurfZcing Proiect Cite 01'11-v�indale Contract AmOlim: $285.503.10 5050 N. lrwindale AVCnue Start: 07;2018 Irwindale. CA 91706 Complete: 08,12018 Contact: Richard Corpis. (626) -430-2200 County of Los Angeles Pine Cam_on Road P.O. Box 7508 Contract Amount: $3 288.999.00 Alhambra. CA 91802 Start: 06i'018 Contact: I -{oda Hassan. (626) -158.3 14-4 Complete: I I '2018 111 1SSA\; d[m lac')iuit\.�_o� PAST WORK REFERENCES Cite of Rolling 1 fills Estates 4015 Palos Verdes Drive Rolling [fills Estates, CA 9027.4 Contact: Scott Gibson (909) 210-05-48 uibsun ri hrcrvellx('m City of Fluntineton Beach 2000 Main Street Huntington Beach, CA 92648 Contact: Jim ESCUtia ('/' 14) 536-5525 City of Fontana 8353 Sierra Avenue Fontana. CA 92335 Contact: Jazmine Pena (909) 350-6648 Cit) of Lake Forest Z55SO Commercentre Drive Lake Forest, CA 92630 Contact: Taylor Abernathy, (949) 46 1-3 190 Iaht•ri1,111n ,r Cite of La Quinta 74-495 Calle 1-ampico La Qointa. CA 92253 City of Canyon Lake 3 15 16 Railroad Canyon Road Canyon Lake. CA 92587 Contact: Kenneth Bailee. (951 ) 244-2_955 kcil11Ut11hally% it �2GaJr'L���I-Il.il�..�(I11 '017-18 Street Resurfacing Project Contract i MOL1llt: S1,203,292.50 Start: 03;'2018 Finish: 09/2018 Heil and Main Street Contract AmOUrlt: 52285.562.00 Start: 1 1;'017 Finish: 06/2018 Valle} Blvd. Median Improvement Project Contract Amount: $161,715.00 Start: 03!-) 0 18 Finish: 05,12018 Bake Parkway at Trabuco Road Contract AnlOUI1C 5121,621.00 Start: 02/2018 Finish: 06:2018 Contact: libaldo ,Avon Jr...(760)777-7051 FY 16-17 Phase 2 Desert Club Contact amount: S697.474.76 Start date: 06;2017 Finish date 12:`2017 Slurry Seal FY 2017-2018 Railroad Canvon' Canyon Lake Drive Contract amount: S263,24 1.63 Start date: 03.2018 Finish dale: 12/2018 PAST WORK REFERENCES City of'Nev�port Beach 100 Civic Center Drive Newport Beach, CA 92660 Contact: Alfred Castanon. (949) 644-33 14 1c. 1, lIa lixt,<t_�ic��,nWnh:,i.l��.r._;�, Fo\%n ol'Apple Vallee 14955 Dale Evans Parkway Apple Valle}, CA 92307 Contact: Rich Berger, (760) 240-7000 ext 7530 rhvrger it Cite of Indian Wells 44-950 Eldorado Drive Indian Wells. CA 92210 Contact: Ken A. Seumalo. P.E.. (760);-16-'_-189 L,rumal� r In,lianU rll,.�; ni 2018 West Coast I lighway Landscape Improvements, Phase 1, Contract No. 7189-1 Contract amount: 5604 28 4.50 Start date: 06%2018 Finish date: 11/2018 Navajo Road Rehabilitation Contract amount: 5849.182.00 Start date: 07/2017 Finish date: 12%2017 Cook Street Rubberised Pavement tiverlav Contract amount: $599.599.59 Start date: 05:2018 Finish date: 12j2018 PAST WORK REFERENCES 2017 City of Rancho C. uC rir')0PVa i. aw Line Rd. l avetneiit Fohab 10500 Civic Centr_r Drives Contract Amount: 11,130,470 Rancho Cucainonl a, C*A 91 i'i0 trrrt: U`) Contact: Romeo David. (u0y).J Compieti.-(! 0r'/1U'• 7 City Of Ternecula %1crr'C;ar1t,r Ko�t�! t'a�✓err.��itt 41000 Main Street Rehab Iernecu!,a, CA 92590 Contract Amou.lt ;,'.57%,77(.1 Contact. William Becerra/. (951).)94 64,1.1 Start: 05/2017 r it (:orn1)lie town Of Apple Valley N;iv,t;c; Plood R?h,ibilit,mon 1495: Dae Ev..in� f'k,.vy i_ontr'ac[ Amount. $8"19, 1, Apple Valley, CA 92.301 >Cart 0�./ZU17 Contact Rich Bergv!r, (76())2.10-i0U0 1,?til City Of Vic-t(rvillt, :Vater VVare!iuur e till llavini{ 14313 Civic; Dr i'rojoct Victorville, CA 9239.' CUnU,tc.t ��rnvun( 25i.0U,`.; Contact (_.rrlUS 5eanw:. '(;0)1j;`,-_,11)2 `,tall D,Ite- 04/?O1 7 ;torli :a. 1:`r.. i_';nlpli'lE_'C7 OEC/ZU1 i C:',y Of Santee (.aty4vitle Slum; Seal .S Roadvi�+y 10601 Magn,_)Ira Aver Buluw,, + r✓lau�te-�anee1017 Santee, CA 9-1071 ✓" mount (contact Toby Pv1 I_ spino"�, P f- 19),' `:6' •-1 100 Start 06/Zu 17 PAST WORK REFERENCES 2017 City Of Yucaipa 34272 Yucaipa Blvd. Yucaipa, CA 92399 Contact: John Larose, (909)797-2489 jlarose@yucarpa.org City Of West Covina Eclipse Way & Jennifer PI West Covina, CA 91792 Contact: Hany Demitri, (626)939-8445 Hany.Demitri@westcovina.gov City Of Highland McKinley Ave & 91" St San Bernardino, CA 92410 Contact Name: Carlos Zamano, (909)864-8732 czamano@crt.yofh Rhlancl.or-g 2015-2016 Micro -Surfacing Program Project No.11043 Contract Amount: $252,379.06 Start: 07/2017 Completed: 08/2017 Residential Street Rehabilitation SP 17038 Contract Amount: $469,960.70 Start: 05/01/17 Completed: 06/09/2017 2015-16 CDBG Streets Pavement Improvements Contract Amount: $823,389.68 Start: 06/05/17 Completed: 10/13/17 County Of Riverside Gilman Springs 2950 Washington Street Contract Amount: $1,662,671.20 Riverside, CA 92504 Start: 11/2016 Contact Name: Justin Robbins, (951)955-6885 Completed: 08/2017 JROBBINS@rctlrna.org City Of Palm Springs Taxiway J Rehabilitation 3400 E. Tahquitz Cyn Way Ste 1 Contract Amount: $291,482.99 Palm Springs, CA 92262 Start: 09/2017 Contact Name: Robert Denning, (541)324-7321 Completed: 10/2017 Robert.denninP(d)aecorn con PAST WORK REFERENCES 2016 City of Riverside 2014/2015 Preservation and Nlaintenance 3900 Main St. Contract Amount: $3,400,725.00 Riverside, CA 92501 Start: 01i2016 Contact: Steve Howard, (951)826-5708 Completed: 06`2016 City of Rancho Santa Maruarita 2212 El Paseo Rancho Santa Margarita, CA 92688 Contact: Max Maximous. (()49)635-1800 City of Diamond Bar 21810 Copley Drive Diamond Bar, CA 91765 Contact: Kimberly Young. (909) 839-7044 City of Bell 6330 Pine Avenue Bell. CA 90201 Contact: Dahi Kim. (323)923-2625 Department oCTransportation 72-800 Dinah Shure Dr. Ste. 104 105 Palm Desert. CA 92211 Contact: Khoi Vu, (95 1) 232-6263 Department of Fransportatiim 3251 'X� University Dr. Trailer No. 2 Irvine, CA 92612 Contact: Peter Shieh, (949)279-8636 Annual Residential Overlav Contract Amount: $245.190.00 Start: 01'2016 Completed: 09/2016 Grand Ave. Beautification Project Contract Amount: $1,9359,000-00 Start: 08/2015 Completed: 05/2016 Florence Avenue Cherlav Contract Amount: $643,000.00 Start: 04/2016 Completed: 09/2016 Route I I ) , Contract No. 08-1 C-1604 Contract: SI -530.207.00 Start: 04/2016 Completed: 09!2016 Route 73, Contact No. 12 -OM 1104 Contract Amount: $1,545.163.00 Start. 4;2015 Completed: 07,'20 16 City of Victorville Bear Valley Road Reconstruction 14343 Civic Drive Contract Attloltnl: 62,61 1,215.00 Victorville, CA 92392 Start: 04!2016 Contact: Bruce Miller, (760) 269-0045 Completed: 0712016 PAST WORK REFERENCES Cite of Perris 101 N. D Strcet Perris, CA 92570 Contact: Brad Brophy, (95 1)943-6504 City of Palos Verdes Estates 340 Palos Verdes Drive West Palos Verdes Estates, CA 90274 Contact: Ken Rukavina. (310)378-0383 City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Contact: Alfred Castanon. (949)644-3314 City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Contact: Frank Tran, (949)644-3340 City of Aliso Viejo 12 Journey, Suite 100 Aliso Viejo, CA 92656 Contact: Chris Tanio, (949)425-2531 2016 4"' Street Improvement Project Contract Amount: $545,680.00 Start Date: 03/2016 Completed: 07/2016 FY 15-16 St. Resurfacing & Slurry Seal Project Contract Amount: $876,455.00 Start: 11/20 15 Completed: 06/2016 Corona Del ivlar Entry Improvements Contract Amount: $497.497.00 Start Date: 02/2016 Completed: 05/2016 Cameo Shores Pavement Reconstruction Contract Amount: $3,363,363.00 Start Date: 06/2016 Completed: 12x2016 Pacific Park Rehab. -Chase to 73 Fwy Contract Amount: 5633,633.00 Start Date: 10/2016 Completed: 12/2016 PAST WORK REFERENCES 2015 City of Hawthorne Flawthrone Blvd Reconstruction 4455 W. 162°0 Street Contract Amount: S 12,579,000.00 Hawthorne, CA 902.5'0 Start: 4/20 1 V'. Contact. Heecheol Kwon, (3 ! U) 349-2980 Completed: 5/2015 City of Inglewood One Ma!,_ ltester Blvd, ;" Floor Inglewood, CA 90330 1 Cc:nta:a: Hunter Nguyen, (3!0) 412-=1252 County of Ventura 800 S. Victoria Ave Ventura, CA 93009 Contact: JeeNvoong Kim, (805) 654-3987 City of Montclair 51 1 1 Benito Street Montclair, CA 91763 Contact: Steve Stanton, (909) 625-9444 Riverside County Transportation Commission 4080 Lcmon Strecl, 3"' Floor Riverside, CA 92501 Contact: hill Seitz, (949) 300-9132 City of Riverside 3900 Main Street Riverside, CA 92501 Contact: Stevc I toward, (95 1) 826-5708 Lon-, Beach Unif;ed School District 2201 E. Market Street Long Beach, CA 92805 Contact: Nancy Chinchilla, (562) 997-7513 Florence Ave Contract Amount: g2,639,000.00 Start: 4/2015 Completed: 10/20) 5 Pavement Resur facing, Phase II Contract .amount: S21401,9710.00 Start: 4/2015 Completed: 10/2015 Northeast Montclair Street Rehabilitation Contract Amount: $514,150.00 Start: 4/2015 Completed: 7/2015 Route 7.1 `Wicicnina Contract: S 1,9-70,004.00 Start: 4/2014 Completed: 7/2015 2014/15 Arterial Streets Contract Amount: ;1,683,076.00 Start: 4/2015 Completed: 9/2015 Garfi:dd Elementary School Pavement Contract An-ount: S) ,976,508.00 Start: 6/2015 Completed: 1 1/2015 City of Newport Beach CAMEO HIGHLANDS STREET RECONSTRUCTION Contract No. 7067-2 NON -COLLUSION AFFIDAVIT State of California ) )ss' County of Riverside ) F�iward I n , being first duly sworn, deposes and says that he or she is Vice President of All American Asphalt the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. All American Asphalt -Acle - - Bidder Authorized ignature itle Edward J. Carlson, Vice President Subscribed and sworn to (6k affirmed) before me on this day of , 2020 by satisfactory evidence to be the pe I certify under PENALTY OF PERJURY under paragraph is true and correct. [SEAL] 14 proved to me on the basis of red before me. State of California that the foregoing Notary Public My Commission Expires:, CALIFORNIA JURAT GOV CODE § 8202 A notary public or other officer completing this certificate verities only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracy. or validity of that document. State of California County of Riverside _ B. ROYSTER Notary Public - California I_ - mission County \��` Commission k 2260352 My Comm. Expires Oct 26, 2022 Subscribed and sworn to (or affirmed) before me on this 13th day of April 2020. Date Month By (1) Edward J. Carlson Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) (and (2) �. Name of Signer Provo me on the basis of satisfactory evidence be the person who appeared before me.) Signature Place Notary Seal Above Signatur# of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document Non -Collusion Affidavit Document Date: 4-13-2020 Number of Pages: 1 Signer(s) Other Than Named Above: None City of Newport Beach CAMEO HIGHLANDS STREET RECONSTRUCTION Contract No. 7067-2 DESIGNATION OF SURETIES Bidder's name All American Asphalt 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): Broker/ Surety: Fidelity and Deposit Company of Maryland 777 S. Figueroa St. #3900 Los Angeles Ca 90017 (213)270-0600 Agent: Millennium Corpoate Solutions- 5530 Trabuco Road Irvine, CA. 92620 (949) 857-4500 Insurance: Edgewood Partner's Insurance Center 3633 Inland Empire Blvd. Suite 640 Ontario CA. 91764 (909)919-7513 15 City of Newport Beach CAMEO HIGHLANDS STREET RECONSTRUCTION Contract No. 7067-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name All American Asphalt 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. M. Current Record Record Record Record Record Year of for for for for for Record 2019 2018 2017 2016 2015 Total 2020 No. of contracts 90 1051 1146 1174 1052 931 5354 Total dollar Amount of Contracts (in Thousands of $) 41324 287961 331655 301359 260428 259423 1440826 No. of fatalities 0 0 j 1 0 0 p 1 No. of lost Workday Cases 0 9 16 16 18 16 75 No. of lost workday cases involving permanent transfer to another job or i termination of employment 0 0 0 0 0 0 0 The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. M. Legal Business Name of Bidder All American Asphalt Business Address: 400 E 6th Street, Corona, CA 92879 Business Tel. No.: 951-736-7600 State Contractor's License No. and Classification: 267073 Class: A. C-12 Title Corporation The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date aL-1!113 �ZoZr Title Mark Luer, President Signature of bidder Z/ Date I Title Edward J Signature of bidder Date Title Signature of bidder Date Title 20 arlson, Vice President r1H 1 5 /2020 M Ic ��E� �AR,tGwrs, SPGR-fi'f��� Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verities only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracy. or validity of that document. State of California County of Riverside On April 13, 2020 before me, B. Rovster, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson and Mark Luer Name(s) of Signers) I who proved to me on the basis of satisfactory evidence to be the B. ROYSTER person(S) whose name(s) is/are subscribed to the within instrument •e•` u. r, Notary Public - California z and acknowledged to me that he/she/they executed the same in s = Riverside County > h',;/hp /their authorized capacity(ies), and that by #+s/kler/their o•�, M Commission k 2260352 signature(s) on the instrument the person(s), or the entity upon behalf MY Comm, Expires Oct 26, 2022 of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my and an official seal'_—�_' Signature-_"//� �4 Ji 1. Place Notary Seal Above Signa re of Notary Public OPTIONAL Though the information below is not required by law. it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Contractor's Industrial Safety Record— City of New2ort Beach Document Date: April 13. 2020 Number of Pages Signer(s) Other Than Named Above: Michael Farkas Secretary Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson c Individual X Corporate Officer — Title(s): Vice President o Partner o Limited o GeneralRIGHT THUMBPRINT I o Attorney in Fact OF SIGNER TrusteeTop of thumb here Other: Signer is Representing: 2 Signer's Name: Mark Luer Individual X Corporate Officer — Title(s): President Partner c Limited o General Attorney in Fact Trustee 7.P.11humbh ❑ Other: Signer is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 ­§ Mft1ZIliiiiW A notary public or other officer completing this certificate verities onh the identity of the individual who signed the document to which this certificate is attached_ and not the truthfulness. accuracy_ or validity of that document. State of California County of Riverside On April 13, 2020 before me, B. Rooster, Notary Public Date Here Insert name and Title of the Officer personally appeared Michael Farkas Name+,ef Signeq*-- who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/are subscribed to the within instrument v Riverside County B. ROYSTER g �and acknowledged to me that he/ Notary Public -California y executed the same in Y =•+- - his/her/tkteir authorized capacity(ies), and that by his/4e4#iIe# Commission # 2260352 signature(s) on the instrument the person(&), or the entity upon behalf " My Comm, Expires Oct 26, 2022 of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my and anil official seal. Signatures Place Notary Seat Above Sign re of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Contractor's Industrial Safety Record — City of Newport Beach Document Date: April 13. 2020 Number of Pages: 2 Signer(s) Other Than Named Above: Mark Luer President and Edward J Carlson Vice Pres Capacity(fes) Claimed by Signer(&) Signers Name: Michael Farkas Signer's Name: Individual _ Individual X Corporate Officer — Title(s): Corp. Secretary c Partner c Limited ❑ General RIGHTTHUMBPRINT E: Attorney in Fact OF SIGNER c Trustee Top of thumb here c Other: Signer is Representing: Corporate Officer — Title(s): Partner c Limited General Attorney in Fact I_ D Trustee Other: Signer is Representing: �K l ���l�K�Y /^«~��/-»�°���«��CAJ^4 ASpHA[T— AL[AkuK.I[AN AS1111/\[[ AL[/\-MERI(-/\N AGGPEGATB CORPORATE RESOLUTION Resolved, that this Corporation, All American Asphalt, onJanuary 7,2O2Uauthorizes Edward ] Cadsontoexecute contracts and agreennentsonbeha�ofthe company inthe capacbvofVic- - President. ' Michael Farkas Secretary City of Newport Beach CAMEO HIGHLANDS STREET RECONSTRUCTION Contract No. 7067-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name All American Asphalt The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Sigjiature 4/9/2020 Edward J. Carlson, Vice President i in City of Newport Beach CAMEO HIGHLANDS STREET RECONSTRUCTION Contract No. 7067-2 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: 400 E 6th Street, Corona, CA 92879 Telephone and Fax Number: PHONE: 951-736-7600 FAX: 951-736-7646 California State Contractor's License No. and Class: 267073 Class: A, C-12 (REQUIRED AT TIME OF AWARD) Original Date Issued: 1/19/71 Expiration Date: 1/31/2022 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: Jim McGee, Project Manager 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 Mark Luer, President 400 E 6th Street, Corona, CA 92879 951-736-7600 Edward J. Carlson, Vice President 400 E 6th Street, Corona, CA 92879 951-736-7600 Michael Farkas, Secretary 400 E 6th Street Corona, CA 92879 951-736-7600 Corporation organized under the laws of the State of California IIS The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. N/A Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor co liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /(No) 20 Are any claims or actions unresolved or outstanding? Yes G If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. All American Asphalt Bidder On before me, Mark Luer, President (Print name of Owner or President of Corporation/Company) Authorize`dSignat e/Title Edward J. Carlson, Vice President Title 0 q 111-3z 7020 Date satisfactory evidence to be the person(s) whose n acknowledged to me that he/she/they executed the by his/her/their signature(s) on the instrument the PE acted, executed the instrument. __L� I certify under PENALTY OF PERJU paragraph is true and correct. 10 WITNESS my hand and official Notary Public in and fo aid State My Com N ' Public, personally appeared w proved to me on the basis of /ar ubscribed to the within instrument and s/her/their authorized capacity(ies), and that or the entity upon behalf of which the person(s) the laws of the State of California that the foregoing 21 (SEAL) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verities only the identity of the individual who signed the document to �%hich this certificate is attached. and not the truthfulness accuracv. or validity of that document. State of California County of Riverside On _ April 13, 2020 before me, B. Rooster, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(" Signer(Er- 7 who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/afe subscribed to the within instrument 8. ROYSTER and acknowledged to me that he/she/they executed the same in Notary public - California his/he4the4 authorized capacity(ies), and that by histher4heif Riverside County signature(s) on the instrument the person(s), or the entity upon behalf MCommission k 2260352 of which the person(&) acted, executed the instrument. Y Comm. Expires Oct 26, 2022 I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my nd andl official seal. �r Signature Place Notary Seal Above Sig ure of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Information Required of Bidder — City of Newport Beach Document Date: April 13, 2020 Number of Pages: 3 Signer(s) Other Than Named Above: N Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson a Individual X Corporate Officer— Title(s): Vice President o Partner o Limited o General RIGHT THUMBPRINT • Attorney in Fact i OF SIGNER Trustee Top of thumb here D Other: Signer is Representing: Signer's Name: o Individual Corporate Officer — Title(s): D Partner o Limited c Gene o Attorney in Fact o Trustee Other: Signer is Representing: City of Newport Beach CAMEO HIGHLANDS STREET RECONSTRUCTION Contract No. 7067-2 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 CAMEO HIGHLANDS STREET RECONSTRUCTION CONTRACT NO. 7067-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 26th day of May, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ALL AMERICAN ASPHALT, a California corporation ("Contractor"), whose address is 400 E. 6th Street, Corona, CA 92879, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing pavement, curb and gutter, sidewalk, cross gutters and curb access ramps; (4) removing and reconstructing roadway; (5) constructing curb, curb and gutter, sidewalk, cross gutters, and curb access ramps; (6) adjusting City utility and survey facilities to grade; (7) installing truncating domes, traffic striping and pavement markings; (8) coordinating with outside utility owners to have their facilities raised to grade; (9) potholing to identify existing utility lines; (10) furnishing and installing new trees; (11) removing existing hardscaping, pavement and landscape as needed for contract work;, and (12) other incidental items to be completed in work places required by the Plans and Specifications (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows - 1 . ollows: 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. 7067-2, 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 Four Hundred Twenty Five Thousand Six Hundred Ninety Four Dollars ($2,425,694.00). 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 Jim McGee to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. All American Asphalt Page 2 6. NOTICE OF CLAIMS 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: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 _ �•`"-dfNYf'�IY `"- :mYE�S£1i - xX4YK4�9lAi`�9kHR'&tiA�'YIA`t'when.��Ll+.ii.�ib:.�-nv:�'^•••�••Y:i�lY 'i+�fNN All American Asphalt Page 3 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Jim McGee All American Asphalt P.O. Box 2229 Corona, CA 92878 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. All American Asphalt Page 4 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract All American Asphalt Page 5 Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless 'Y:�i�.F15B4d2'?`r3sf ffSfS c21EA'a3�fS+`hYY'�f£�T�Y?k�IDYdS4."vY' _ P.x-4iF::.RdB�L"--:n'YA.G�:aLti9zxw .rft_�?_:;%43MS _ All American Asphalt 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 seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. All American Asphalt 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. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. All American Asphalt 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] All American Asphalt Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date. - 2020 By: Jul Oee Aaron C. Harp City Attorney ATTEST:I _ �Q� ?Tj Date: tP I v 0` IN City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: 4©B/zo Zca BY: ✓ li? C�tr Will O'Neill Mayor CONTRACTOR: ALL AMERICAN ASPHALT , a California corporation Date: Signed in Counterpart By: Mark Luer Chief Executive Officer Date: By: Signed in Counterpart Michael Farkas Secretary [END OF SIGNATURES] Attachments- Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements All American Asphalt Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: &/J f 2vZa By- Aaron C. Harp City Attorney ATTEST: Date: :n Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Will O'Neill Mayor CONTRACTOR: ALL AMERICAN ASPHALT , a California corporation Date: By. Mark Luer Chief Executive Officer Date: By: Michael Farkas Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements All American Asphalt Page 10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached_ and not the truthfulness_ accuracy or validitv of that document. State of California County of Riverside On June 9, 2020 before me, B. Royster, Notary Public Date Here Insert name and Title of the Officer personally appeared Mark Luer and Michael Farkas Name(s) of Signer(s) 0�;i_My B. ROYSTER NotaPublic -California Riverside County 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/he4#ieir authorized capacity(ies), and that by his/her/their 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 forgoing paragraph is true and correct. WITNESS my a4anfficial seal. Signature Place Notary Seal Above Signatf of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Contract — City of Newport Beach Document Date: May 26, 2020 Number of Pages: 10 Signer(s) Other Than Named Above: Aaron C. Harp CitV AttorneV Capacity(ies) Claimed by Signer(s) Signer's Name: Mark Luer ❑ Individual X Corporate Officer — Title(s): President ❑ Partner I ❑ Limited ❑ General RIGHT THUMBPRINT ❑ Attorney in Fact OF SIGNER ❑ Trustee Top of thumb here ❑ Other: Signer is Representing: Signer's Name: Michael Farkas ❑ Individual X Corporate Officer — Title(s): Secretary ❑ Partner I ❑ Limited ❑ General ❑ Attorney in Fact 7T.Pumb h ❑ Trustee ❑ Other: Signer is Representing: Commission N 2260352 Comm. Expires Oct 26, 2022 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/he4#ieir authorized capacity(ies), and that by his/her/their 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 forgoing paragraph is true and correct. WITNESS my a4anfficial seal. Signature Place Notary Seal Above Signatf of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Contract — City of Newport Beach Document Date: May 26, 2020 Number of Pages: 10 Signer(s) Other Than Named Above: Aaron C. Harp CitV AttorneV Capacity(ies) Claimed by Signer(s) Signer's Name: Mark Luer ❑ Individual X Corporate Officer — Title(s): President ❑ Partner I ❑ Limited ❑ General RIGHT THUMBPRINT ❑ Attorney in Fact OF SIGNER ❑ Trustee Top of thumb here ❑ Other: Signer is Representing: Signer's Name: Michael Farkas ❑ Individual X Corporate Officer — Title(s): Secretary ❑ Partner I ❑ Limited ❑ General ❑ Attorney in Fact 7T.Pumb h ❑ Trustee ❑ Other: Signer is Representing: Premium is included in the performance bond Executed in: 2 Counterparts Supersedes Prior Bonds Issued on: 05/14/2020 EXHIBIT A CITY OF NEWPORT BEACH BOND No. 7663472 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing pavement, curb and gutter, sidewalk, cross gutters and curb access ramps; (4) removing and reconstructing roadway; (5) constructing curb, curb and gutter, sidewalk, cross gutters, and curb access ramps; (6) adjusting City utility and survey facilities to grade; (7) installing truncating domes, traffic striping and pavement markings; (8) coordinating with outside utility owners to have their facilities raised to grade; (9) potholing to identify existing utility lines; (10) furnishing and installing new trees; (11) removing existing hardscaping, pavement and landscape as needed for contract work;, and (12) other incidental items to be completed in work places required by the Plans and Specifications, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Four Hundred Twenty Five Thousand Six Hundred Ninety Four Dollars ($2,425,694.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not All American Asphalt Page A-1 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 4th day of June , 2020 All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety (213)270-0600 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 7,0zo Authoriz d Si n ure(Titl A ori d Agent Signature William Syrkin, Attorney -in -Fact Print Name and Title (:Aaron C. Harp �,\b,,,�/ City Attorney QM` NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED All American Asphalt Page A-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracy. or validitv of that document. State of California County of Riverside On June 9, 2020 before me, B. Royster, Notary Public Date Here Insert name and Title of the Officer personally appeared Michael Farkas Namel#►W Signeril who proved to me on the basis of satisfactory evidence to be the B. ROYSTER person(s) whose name(s) is/are subscribed to the within instrument Nota Public - California 4 ?r_ and acknowledged to me that he/sheA#ey executed the same in Riverside Count1. y Commission M 2260352 his/her%4e# authorized capacity(ies), and that by his/#er4heir p0. My Comm. Expires Oct 26, 2022 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my and a official seal. tur Signae Place Notary Seal Above Sign re of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Labor and Materials Payment Bond — City of Newport Beach Document Date: June 4. 2020 Number of Pages Signer(&) Other Than Named Above: William Syrkin, Attorney -in -Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Michael Farkas Signer's Name: ❑ Individual ❑ Individual X Corporate Officer — Title(&): Corp. Secretary ❑ Partner I ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: ❑ Corporate Officer — Title(s): _ ❑ Partner I ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: 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 ""Please See Attached" } SS. On , 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT (seal) 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 �� �A �, / , � �,� of that document. t�' j�(�-(�'�( State of California County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 11831' .a• a . a . t c% .at -�• a< ac ac... c� �: .rc.a• . v� .cam . c.a. a .ac . s>a.a . cam• . ac . c : .s�•.a . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange j On 06/04/2020 before me, Liliana Date personally appeared William Syrkin Notary Public Here Insert Name and Title of the Officer Name*of Signer's,! who proved to me on the basis of satisfactory evidence to be the person(* whose name* is/are subscribed to the within instrument and acknowledged to me that he/si's/they executed the same in his/har their authorized capacity, and that by his/her/their signatureZ.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 seaLILIAl. s Orange A County \s Notary Public - California n \ (/V orange county r Signature Commission k 2243326 My Comm. Expires May 20. 202 21 Signature of Notary Public V Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond No. 7663472 Document Date: 06/04/2020 Number of Pages: Three(3) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: William Syrkin ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual VAttorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: «✓<'✓<� 'G�: <'✓<'•✓<Ct�4'•✓< tli tet/.'•✓<'ai�•. � L<�t1 '•✓<V �•✓<�L.' � <�.., .'•✓ '•✓.`L/. �C/.^ .'L.. `✓ 'c�<�<'y«:! <�'✓.<�✓.�.�.✓. .� .y<.� .y< .y _� .y . PRF7663472 Bond Number City of Newport Beach Obligee ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint William Syrkin its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 4th day of June A.D. 2020 "'"2N wua,�,6 �, M.o4, 1 1, 86AL � �' �� ,�`yr k.: ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMP NY FIDELITY AND DEPOSIT COMPANY OF MAR'l(L A:ND By: Robert D. Murray Vice President j1 _7—)C"tiit � YL GSA By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 4th day of June A.D. 2020 , before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Afv; Constance A. Dunn, Notary Public " My Commission Expires: July 9, 2023 Premium is for contract term and is subject to adjustment based on final contract price Executed in: 2 Counterparts Supersedes Prior Bonds Issued on: 05/14/2020 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 7663472 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 9,581.00 , being at the rate of $ 3.95 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing pavement, curb and gutter, sidewalk, cross gutters and curb access ramps; (4) removing and reconstructing roadway; (5) constructing curb, curb and gutter, sidewalk, cross gutters, and curb access ramps; (6) adjusting City utility and survey facilities to grade; (7) installing truncating domes, traffic striping and pavement markings; (8) coordinating with outside utility owners to have their facilities raised to grade; (9) potholing to identify existing utility lines; (10) furnishing and installing new trees; (11) removing existing hardscaping, pavement and landscape as needed for contract work;, and (12) other incidental items to be completed in work places required by the Plans and Specifications, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Four Hundred Twenty Five Thousand Six Hundred Ninety Four Dollars ($2,425,694.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. All American Asphalt Page B-1 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 4th day of June 2020 All American Asphalt C= r:)_ Name of Contractor (Principal) Auth riz ur itln,., S RS/ Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety _(213)270-0600 Telephone Agent Signature William Syrkin, Attorney -in -Fact Print Name and Title APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: zo p,,r•,Aaron C. Harp b�� City Attorney 4; y NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED N III����IIIIIUi��� All American Asphalt Page B-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached- and not the truthfulness- accuracv- or validity of that document. State of California County of Riverside On June 9, 2020 before me, B. Royster, Notary Public Date Here Insert name and Title of the Officer personally appeared Michael Farkas NameAnof Signer(Ar B. ROYSTER Notary Public - California Riverside County "r Commission N 2260352 My Comm. Expires Oct 26, 2022 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/sheA4ey executed the same in his/ffer-ltheir authorized capacity(ies), and that by his/4er/t4eir 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 forgoing paragraph is true and correct. WITNESS my aqZ: l seal. Signature Place Notary Seal Above Signa re of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Faithful Performance Bond — City of Newport Beach Document Date: June 4, 2020 Number of Pages: 5 Signer(&) Other Than Named Above: William Syrkin, AttorneV-in-Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Michael Farkas Signer's Name: ❑ Individual ❑ Individual X Corporate Officer — Title(s): Corp. Secretary ❑ Partner I ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: ❑ Corporate Officer — Title(s): ❑ Partner I ❑ Limited ❑ Gene ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: 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 "Please See Attached"* ss. On , 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT . C.aC . �..nN.: ..-�. C.�< c .c�.: .cam .a•. vr•.o�� c�C�S. . <.. CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 06/04/2020 Date personally appeared William before me, Liliana Gomez, Notary Public Here Insert Name and Title of the Officer Name('s).of SignerN who proved to me on the basis of satisfactory evidence to be the person(* whose name(. is/are subscribed to the within instrument and acknowledged to me that he/stye/thsy executed the same in his/her/their authorized capacity, and that by his/her/their signatureZ4on the instrument the person(,. or the entity upon behalf of which the person(. acted, executed the instrument. Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature A�q� Signature of N ary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Performance Bond No. 7663472 Document Date: 06/04/2020 Number of Pages: Three(3) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: William Syrkin ❑ Corporate Officer — Title(s): G? Partner — ❑ Limited ❑ General O Individual ['Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company, of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: :'✓:-✓G�✓ ��-✓:-r/SVG'r/S� 'ei '.•/ '✓ '• L Li•L.�ty:�5✓1'�.: .'ei vy�✓ '• .'✓q✓ ✓i.��..'• 'c �:'yi.`% v 02014 National Notary Association - www.NationalNotary.org - 1 -800 -US NOTARY (11 -800-876-6827) Item #5907 LILIANA GOMEZ =....s Notary Public - California Orange County Commission n 2243326 My Comm. Expires May 20, 2022 W - Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature A�q� Signature of N ary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Performance Bond No. 7663472 Document Date: 06/04/2020 Number of Pages: Three(3) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: William Syrkin ❑ Corporate Officer — Title(s): G? Partner — ❑ Limited ❑ General O Individual ['Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company, of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: :'✓:-✓G�✓ ��-✓:-r/SVG'r/S� 'ei '.•/ '✓ '• L Li•L.�ty:�5✓1'�.: .'ei vy�✓ '• .'✓q✓ ✓i.��..'• 'c �:'yi.`% v 02014 National Notary Association - www.NationalNotary.org - 1 -800 -US NOTARY (11 -800-876-6827) Item #5907 PRF7663472 Bond Number City of Newport Beach Obligee ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint William Syrkin 'its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 4th day of June , A.D. 2020 ATTEST: ZURICH AMERICAN INSUR4NCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 41h day of June A.D. 2020 , before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public """" My Commission Expires: July 9, 2023 Reyes, Raymund From: Customer Service <customerservice@ebix.com> Sent: Monday, June 15, 2020 5:14 PM To: Reyes, Raymund; Insurance Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number 7067-2 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. 7067-2 All American Asphalt Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach. EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an All American Asphalt Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Aqreements 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 All American Asphalt Page C-2 (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be All American Asphalt Page C-3 entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. All American Asphalt Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. All American Asphalt Page C-5 City of Newport Beach Cameo Highlands Street Reconstruction 20R21 (7067-2), bidding on April 16; 2020 10:00 AM (Pacific) Bid Results File Type Bidder Details Vendor Name All American Asphalt Address PO Box 2229 Bid Bond C-7067-2 All American Asphalt.pdf Corona: CA 92878 Line Items United States Respondee Jim McGee Respondee Title Project Manager Phone 951-736-7600 Ext. Email publicworks@allamericanasphalt.com Vendor Type CADIR License # 267073 CADIR 1000001051 Bid Detail LS Bid Format Electronic Submitted April 16, 2020 9:41:57 AM (Pacific) Delivery Method Bid Responsive LS Bid Status Submitted Confirmation # 207646 Ranking 0 Respondee Comment Buyer Comment 1 $66;780.00 Attachments 4 Surveying Services Page 1 Printed 04/16/2020 File Title File Name File Type BID SUBMITTAL C-7067-2 ALL AMERICAN ASPHALT BID SUBMITTAL C-7067-2 ALL AMERICAN ASPHALT.pdf General Attachment Bid Bond C-7067-2 All American Asphalt Bid Bond C-7067-2 All American Asphalt.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment Section 1 1 Mobilization and Demobilization LS 1 $7;500.00 $7;500.00 2 SWPPP Preparation, Implementation; and Monitoring LS 1 $18;200.00 $18.200.00 3 Traffic Control LS 1 $66;780.00 $66.780.00 4 Surveying Services LS I $37,550.00 $37.550.06 5 Provide As -Built Plans LS 1 $5..000.00 $5;000.00 City of Newport Beach Page 2 Cameo Highlands Street Reconstruction 20R21 (7067-2); bidding on April 16; 2020 10:00 AM (Pacific) Panted 04:16/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 6 Construct 13 -Inch CMB over Tencate Mirafi RS580i for Test Section LS 1 $25:500.00 $253500.00 7 Excavation for New 12 -Inch Pavement Section SF 330000 $1.77 $584.100.00 8 Construct 1.5 -inch Thick Finish Course AC TON 3000 $73.55 $220.650.00 9 Construct 2.5 -inch Thick Base Course AC TON 5000 $72.00 $360:000.00 10 Construct 8 -inch Thick Crushed Miscellaneous Base TON 17500 $1942 $339;850.00 11 Install Tencate Mirafi RS580i SY 44000 $3.90 $171;600.00 12 Remove and Reconstruct Type "A" PCC Curb and Gutter LF 180 $61.00 $10.980.00 13 Remove and Reconstruct 8 -Inch Thick PCC Cross Gutter SF 5300 $26.00 $137.800.00 14 Remove and Reconstruct 6 -Inch Thick PCC Driveway Approach SF 4500 $11.30 $50.850.00 15 Remove and Reconstruct 4 -Inch Thick PCC Sidewalk SF 2900 $8.17 $23.693.00 16 Remove and Reconstruct PCC Curb Access Ramp EA 24 $4.900.00 $117.600.00 17 Install Truncated Dome Tiles in Existing Ramp EA 3 $1:185.00 $3.555.00 18 Remove and Install New Water Valve Box and Cover to Grade EA 58 $789.00 $45.762.00 19 Adjust Manhole Frame and Cover to Grade EA 1 $86500 $865.00 20 Remove and Install New Electrical Pull Box to Grade EA 2 $1;500.00 $3.000.00 21 Remove and Install New Sewer Cleanout Box and Cover to Grade EA 3 $865.00 $2..595.00 City of Newport Beach Page 3 Cameo Highlands Street Reconstruction 20R21 (7067-2), bidding on April 16, 2020 10:00 AM (Pacific) Prnted 04.16/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 22 Remove and Install New Water Meter Box and Cover to Grade EA 1 $763.00 $763.00 23 Prune Tree Root and Install Root Barrier EA 6 $550.00 $3:300.00 24 Remove Existing Tree EA 4 $1;780.00 $7,120.00 25 Furnish and Install Tree (Bauhinia Purpurea) EA 3 $2;030.00 $6;090.00 26 Install Signs, Striping, Pavement Markings and Pavement Markers LS 1 $5;900.00 $5,900.00 27 Repaint Existing Curb Marking LF 710 $1.10 $781.00 28 Remove; Modify and Replace or Protect Existing Landscaping and Irrigation LS 1 $76;000.00 $76;000.00 29 Remove Existing Excess AC Slurry on Curb and Gutter LS 1 $9;150.00 $9,150.00 30 Clean and Repaint Existing Fire Hydrants LS 1 $4,300.00 $4;300.00 31 Remove and Install New Storm Drain Manhole Frame and Cover and Rings to Grade EA 1 $970.00 $970.00 32 Remove and Install New Sewer Manhole Frame and Cover and Rings to Grade EA 37 $970.00 535.890.00 33 Remove and Install New Galvanized Catch Basin Frame and Grating EA 10 $4;200.00 $42.000.00 Subtotal $2,425,694.00 Total $2,425,694.00 Subcontractors Name & Address Description License Num CADIR Amount Type Case Land Surveying Survey L5411 1000001533 $36,875.00 614 N. Eckhoff Street Orange, CA 92868 United States Superior Pavement Markings Striping 776306 1000001476 $6,474.20 5312 Cypress Street Cypress; CA 90630 United States V&E Tree Service Tree Pruning & Removal 654506 1000001936 $10.240.00 P.O. Box 3280 Orange, CA 92865 United States KATO LANDSCAPE, INC. Landscape and Irrigation 806122 1000000086 $81,000.00 DGS,DBE,MBE,CAD 18182 BUSHARD STREET IR FOUNTAIN VALLEY, CA ao7nn CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CAMEO HIGHLANDS STREET RECONSTRUCTION PROJECT NO. 20R21 CONTRACT NO. 7067-2 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 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 1 1 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 4 4 4 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-7.4 Sequence of Construction 7 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7 6-9 LIQUIDATED DAMAGES 8 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 8 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 8 7-1.2 Temporary Utility Services 8 7-2 LABOR 8 7-2.2 Prevailing Wages 8 7-7 COOPERATION AND COLLATERAL WORK 8 7-8 WORK SITE MAINTENANCE 9 7-8.4 Storage of Equipment and Materials 9 7-8.4.2 Storage in Public Streets 9 7-8.6 Water Pollution Control 9 7-8.6.2 Best Management Practices (BMPs) 9 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) 10 7-10 SAFETY 10 7-10.3 Haul Routes 10 7-10.4 Safety 11 7-10.4.1 Work Site Safety 11 7-10.5 Security and Protective Devices 11 7-10.5.3 Steel Plate Covers 11 SECTION 9 - MEASUREMENT AND PAYMENT 11 9-2 LUMP SUM WORK 11 9-3 PAYMENT 11 9-3.1 General 11 9-3.2 Partial and Final Payment. 17 PART 2 - CONSTRUCTION MATERIALS 17 SECTION 200 — ROCK MATERIALS 17 200-2 UNTREATED BASE MATERIALS 17 200-2.1 General 17 200-2.4 Crushed Miscellaneous Base 17 200-2.4.3 Quality Requirements 17 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 17 201-1 PORTLAND CEMENT CONCRETE 17 201-1.1 Requirements 17 201-1.1.2 Concrete Specified by Class and Alternate Class 17 201-2 REINFORCEMENT FOR CONCRETE 17 201-2.2 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 SECTION 213 — ENGINEERING 18 213-1 GENERAL 18 213-5 GEOTEXTILES AND GEOGRIDS 19 SECTION 214 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 20 214-4 PAINT FOR STRIPING AND MARKINGS 20 214-4.1 General 20 214-6 PAVEMENT MARKERS 21 214-6.3 Non -Reflective Pavement Markers 21 214-6.3.1 General 21 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General SECTION 215 - TRAFFIC SIGNS PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials 300-1.3.1 General 300-1.3.2 Requirements 300-10 GEOTEXTILES FOR SEPARATION 300-10.1.1 Placement SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General 302-5.4 Tack Coat 302-5.8 Manholes (and Other Structures) 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions 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 303-5.5 Finishing 303-5.5.2 Curb 303-5.5.4 Gutter 21 21 21 21 21 21 21 21 22 22 22 22 22 22 23 23 23 23 23 23 23 23 23 23 24 SECTION 314 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 24 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 24 314-2.1 General 24 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 24 314-4.1 General 24 314-4.2 Control of Alignment and Layout 24 314-4.2.1 General 24 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 24 314-4.4.1 General 25 314-4.4.2 Surface Preparation 25 314-5 PAVEMENT MARKERS 25 314-5.1 General 25 SECTION 315 - TRAFFIC SIGN INSTALLATION 25 PART 6 — TEMPORARY TRAFFIC CONTROL 25 SECTION 600 - ACCESS 25 600-1 GENERAL 26 600-2 VEHICULAR ACCESS 26 600-3 PEDESTRIAN ACCESS 26 SECTION 601 — WORK AREA TRAFFIC CONTROL 26 601-1 GENERAL 26 601-2 TRAFFIC CONTROL PLAN (TCP) 27 PART 8 - LANDSCAPING AND IRRIGATION 28 SECTION 800 - MATERIALS 28 800-1 LANDSCAPING MATERIALS 28 800-1.1 Topsoil 28 800-1.1.1 General 28 SECTION 801 - INSTALLATION 28 801-1 GENERAL 28 APPENDIX A 30 APPENDIX 8 31 APPENDIX C 32 APPENDIX D 33 [iv] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEW PO n `41 FO RN; ADDENDUM NO. 1 CAMEO HIGHLANDS STREET RECONSTRUCTION CONTRACT NO. 7067-2 DATE: April 9, 2020 BY• C ENGINEER TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarificatiosn shall be made to the Contract Documents — all other conditions shall remain the same. I inp Itpmc 1. The order and numbering of the Line Items on PlanetBids have been revised to reflect the order and numbering of the bid items and bid item descriptions included in the Special Provisions under Section 9-3 Payment. 2. The Line Item quantities on PlanetBids have been revised to reflect the quantities shown on the Plans. i:\users\pbw\shared\contracts\fy19-20 current\200 - streets and drainage\cameo highlands street rehabilitation c-7067, 20r21\bidding documents\addendum no. 1\addendum no. 1.doc Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name (Please Print) Date Authorized Signature & Title i:\users\pbw\shared\contracts\fy19-20 current\200 - streets and drainage\cameo highlands street rehabilitation c-7067, 20r21\bidding documents\addendum no. 1\addendum no. 1.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CAMEO HIGHLANDS STREET RECONSTRUCTION PROJECT NO. 20R21 CONTRACT NO. 7067-2 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 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 1 1 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 4 4 4 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-7.4 Sequence of Construction 7 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7 6-9 LIQUIDATED DAMAGES 8 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 8 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 8 7-1.2 Temporary Utility Services 8 7-2 LABOR 8 7-2.2 Prevailing Wages 8 7-7 COOPERATION AND COLLATERAL WORK 8 7-8 WORK SITE MAINTENANCE 9 7-8.4 Storage of Equipment and Materials 9 7-8.4.2 Storage in Public Streets 9 7-8.6 Water Pollution Control 9 7-8.6.2 Best Management Practices (BMPs) 9 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) 10 7-10 SAFETY 10 7-10.3 Haul Routes 10 7-10.4 Safety 11 7-10.4.1 Work Site Safety 11 7-10.5 Security and Protective Devices 11 7-10.5.3 Steel Plate Covers 11 SECTION 9 - MEASUREMENT AND PAYMENT 11 9-2 LUMP SUM WORK 11 9-3 PAYMENT 11 9-3.1 General 11 9-3.2 Partial and Final Payment. 17 PART 2 - CONSTRUCTION MATERIALS 17 SECTION 200 — ROCK MATERIALS 17 200-2 UNTREATED BASE MATERIALS 17 200-2.1 General 17 200-2.4 Crushed Miscellaneous Base 17 200-2.4.3 Quality Requirements 17 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 17 201-1 PORTLAND CEMENT CONCRETE 17 201-1.1 Requirements 17 201-1.1.2 Concrete Specified by Class and Alternate Class 17 201-2 REINFORCEMENT FOR CONCRETE 17 201-2.2 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 SECTION 213 — ENGINEERING 18 213-1 GENERAL 18 213-5 GEOTEXTILES AND GEOGRIDS 19 SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 20 214-4 PAINT FOR STRIPING AND MARKINGS 20 214-4.1 General 20 214-6 PAVEMENT MARKERS 21 214-6.3 Non -Reflective Pavement Markers 21 214-6.3.1 General 21 214-6.4 Retroreflective Pavement Markers 21 214-6.4.1 General 21 SECTION 215 - TRAFFIC SIGNS 21 F9-1 T. 4191wereliNly. 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 22 300-10 GEOTEXTILES FOR SEPARATION 22 300-10.1.1 Placement 22 SECTION 302 - ROADWAY SURFACING 22 302-5 ASPHALT CONCRETE PAVEMENT 22 302-5.1 General 22 302-5.4 Tack Coat 23 302-5.8 Manholes (and Other Structures) 23 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 23 302-6.7 Traffic and Use Provisions 23 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 23 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND 24 DRIVEWAYS 23 303-5.1 Requirements 23 303-5.1.1 General 23 303-5.5 Finishing 23 303-5.5.2 Curb 23 303-5.5.4 Gutter 24 SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 24 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 24 314-2.1 General 24 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 24 314-4.1 General 24 314-4.2 Control of Alignment and Layout 24 314-4.2.1 General 24 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 24 314-4.4.1 General 25 314-4.4.2 Surface Preparation 25 314-5 PAVEMENT MARKERS 25 314-5.1 General 25 SECTION 315 - TRAFFIC SIGN INSTALLATION 25 PART 6 — TEMPORARY TRAFFIC CONTROL 25 SECTION 600 - ACCESS 25 600-1 GENERAL 26 600-2 VEHICULAR ACCESS 26 600-3 PEDESTRIAN ACCESS 26 SECTION 601— WORK AREA TRAFFIC CONTROL 26 601-1 GENERAL 26 601-2 TRAFFIC CONTROL PLAN (TCP) 27 PART 8 - LANDSCAPING AND IRRIGATION 28 SECTION 800 - MATERIALS 28 800-1 LANDSCAPING MATERIALS 28 800-1.1 Topsoil 28 800-1.1.1 General 28 SECTION 801 - INSTALLATION 28 801-1 GENERAL 28 APPENDIX A 30 APPENDIX 8 31 APPENDIX C 32 APPENDIX D 33 �vDVESS/Olga CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS No. 38832 CAMEO HIGHLANDS STREET RECONSTRUCTION PROJECT NO. 20R21 CONTRACT NO. 7067-2 INTRODUCTION \OF C 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 -6096-S); (3) the City's Desian Criteria. Standard Special 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 2-1 AWARD AND EXECUTION OF THE CONTRACT Page 1 of 33 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 (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing pavement, curb and gutter, sidewalk, cross gutters and curb access ramps; (4) removing and reconstructing roadway; (5) constructing curb, curb and gutter, sidewalk, cross gutters, and curb access ramps; (6) adjusting City utility and survey facilities to grade; (7) installing truncating domes, traffic striping and pavement markings; (8) coordinating with outside utility owners to have their facilities raised to grade; (9) potholing to identify existing utility lines; (10) furnishing and installing new trees; (11) removing existing hardscaping, pavement and landscape as needed for contract work; and (12) other incidental items to be completed in work places required by the Plans and Specifications. 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. "2019 Pavement Investigation and Report — Cameo Highlands Residential Housing Tract 3519 Within the City of Newport Beach, California" prepared by LaBelle Marvin and revised date February 6, 2020 (LMI Project No. 45236). f+ OM411:0WdILI[C7 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor shall: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and Page 2 of 33 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 Psomas and can be contacted at 714-751-7373. 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 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 Page 3 of 33 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 4-1.3 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 Page 4 of 33 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 sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 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 Page 5 of 33 has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In additional, 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 90 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 July 6, 2020. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1st (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) Page 6 of 33 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 Contractor shall follow the Construction Phasing Plan in Appendix B. Any modification from this Construction Phasing Plan shall be submitted to the Engineer for approval prior to bid opening. Prior to removing any section of the roadway, the Contractor shall meet with the Engineer to mark out a test section on Dorchester Road. The test section shall be centered at Station 3+25 as shown on the Plans and shall be 50 feet long by 33 feet wide (full width of AC pavement). The Contractor shall remove the existing asphalt concrete pavement, base, and subgrade within the test section to a depth of 12 inches below the proposed finish grade. After removal and disposal of the existing roadway within the test section, the Contractor shall grade and compact the subgrade surface and place the Mirafi RS580i geotextile over the subgrade per the Installation Guideline included in Appendix C. As indicated in the attached pavement investigation report (Appendix A), the subgrade moisture content may be above optimal condition. Contractor may be required to allow the exposed subgrade to dry for up to 48 hours prior to installing the geotextile. Following placement of the Mirafi RS580i geotextile, the Contractor shall place an 8 - inch thick layer of CMB over the geotextile. The 8 -inch thick CMB layer shall then be graded and compacted to a minimum 95 percent relative compaction. If the minimum compaction requirement for the CMB base layer cannot be met, the Contractor shall notify the Engineer in writing. Depending on the compaction results, the Engineer may direct the Contractor to remove the 8 -inch thick layer of CMB and the geotextile, excavate an additional 5 inches of subgrade (17 inches total below the proposed finish grade), re -install the Mirafi RS580i geotextile, and place and compact 13 inches of CMB to a minimum of 95 percent relative compaction. 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. Page 7 of 33 During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000. 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. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK Page 8 of 33 City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: 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. Page 9 of 33 The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Contactor shall retain a Qualified SWPPP Developer (QSD) to prepare a SWPPP for the project. The contractor shall implement and maintain the requirements of the SWPPP, including all required BMPs during all phases of the work. The implementation of the SWPPP shall be performed by a Qualified SWPPP Practitioner (QSP) to be retained by the Contractor. SWPPP implementation shall be subject to inspection by the City and any identified deficiencies shall be corrected by the Contractor at the Contractor's expense. The SWPPP shall be amended by the Contractor whenever there is a change in design, construction, operation or maintenance which has a significant effect on the potential for discharge of pollutants. The SWPPP shall also be amended by the Contractor if it proves to be ineffective in significantly reducing pollutants from the construction site. Each submittal shall include two (2) hard copies and one (1) Adobe Acrobat "pdf" copy. The SWPPP must be kept at the construction site during construction and also be available for review when requested by the Regional Water Quality Control Board (RWQCB) or the City. Contractor is not responsible for filing a Notice of Intent (NOI) for permit coverage or a Notice of Termination (NOT) at project end. City will file the NOI and NOT through the State Water Resources Control Board (SWRCB) SMARTS system. The Contractor shall prepare and electronically submit all reports required by General Permit (including the Annual Report) to the City throughout the duration of the project for the City's review and submittal to the SWRCB SMARTS system. The Annual Report shall be submitted no later than August 1st of each year and must include a summary and evaluation of all sampling and analysis results, original laboratory reports, chain of custody forms, a summary of all corrective actions taken during the compliance year, and identification of any compliance activities or corrective actions that were not implemented. In the event the City incurs any administrative civil liability (fine) imposed by the RWQCB as a result of Contractor's failure to fully implement the provisions of this section, the Engineer may withhold from payments otherwise due the Contractor a sufficient amount to cover the fine. 7-10 SAFETY 7-10.3 Haul Routes Page 10 of 33 Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site Page 11 of 33 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 SWPPP Preparation, Implementation and Monitoring: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for retaining a QSD and QSP to develop, amend and implement the SWPPP. Item No. 3 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, preparing traffic control plans, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K -rails, temporary striping, and flag persons. This item includes providing four (4) CMS and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 4 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 5 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. Item No. 6 Construct 13 -inch CMB over Tencate Mirafi RS580i for Test Section: This item may or may not be required as it is dependent on the compaction results of the test section. Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs to remove the 8 -inch thick CMB and Tencate Mirafi RS580i that was previously installed, excavate an additional 5 inches of subgrade, hauling and disposing subgrade material, grading and compaction of subgrade, installing the Tencate Mirafi RS580i geotextile, constructing 13 -inch thick CMB, subgrade compaction, and all other related work as required by the Contract Documents. Item No. 7 Excavation for New 12 -inch Pavement Section: Work under this item shall include removing and disposing of the existing roadway, base and subgrade to accommodate new 12 -in thick pavement section in reconstruction areas only, subgrade compaction, and all other related work as required by the Contract Documents. This item also includes excavating an additional 5 -inches of subgrade material at locations Page 12 of 33 where subgrade moisture content is above optimal level. The various locations will be determined by the Engineer in the field upon completing the initial 12 -inch deep roadway excavation. It is anticipated that 10 percent of the roadway area will have subgrade material above the optimal moisture content level and will require an additional 5 -inches of excavation. Item No. 8 Construct 1.5 -inch Thick AC Finish Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying a trackless tack coat, spreading and compacting the 1.5 -inch thick asphalt concrete (AC) finish course and all other work items as required to complete the work in place. Item No. 9 Construct 2.5 -inch Thick AC Base 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 2.5 -inch thick asphalt concrete (AC) base course and all other work items as required to complete the work in place. Item No. 10 Construct 8 -inch Thick Crushed Miscellaneous Base: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing, hauling and disposing conflicting existing material, grading and compacting the subgrade, constructing 8 -inch thick crushed miscellaneous base (CMB) and all other work as required to complete the work in place. This item also includes constructing an additional 5 -inches of CMB (13 -inch thick CMB total) at locations where soil moisture content is above optimal level. The various locations will be determined by the Engineer in the field upon completing the initial 12 -inch deep roadway excavation. It is anticipated that 10 percent of the roadway area will have subgrade material above the optimal moisture content level and will require an additional 5 -inches of CMB. Item No. 11 Install Tencate Mirafi RS580i: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing, hauling and disposing conflicting existing material, grading and compacting the subgrade, and placing and installing the Tencate Mirafi RS580i geotextile in accordance with manufacturer's installation instructions and all other work items as required to complete the work in place. Item No. 12 Remove and Reconstruct Type "A" PCC Curb and Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete curb and gutter, grading and compacting subgrade, reconstructing existing curb openings and curb drains, constructing concrete curb and gutter, constructing asphalt concrete slot paving adjacent to the curb and gutter, re -chiseling the curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 13 Remove and Reconstruct 8 -inch Thick PCC Cross Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete cross gutter and spandrels, grading and compacting subgrade, placing and compacting crushed Page 13 of 33 miscellaneous base, installing smooth galvanized steel bars, reconstructing 8 -in thick concrete cross gutter, constructing asphalt concrete slot paving adjacent to cross gutter, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 14 Remove and Reconstruct 6 -inch Thick PCC Driveway Approach: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing driveway approach, grading and compacting subgrade, placing and compacting crushed miscellaneous base, constructing concrete driveway approach, 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 Reconstruct 4 -inch Thick PCC 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. Item No. 16 Remove and Reconstruct PCC Curb Access Ramp: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete sidewalk or access ramps, grading and compacting subgrade, constructing concrete access ramps per Detail 9 on plan sheet 4 of the Contract Drawing, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 17 Install Truncated Dome Tiles in Existing Ramp: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete sidewalk or access ramps, grading and compacting subgrade, installing truncated domes tiles in the ramps per Detail 9 on plan sheet 4 of the Contract Drawing, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 18 Remove and Install New Water Valve Box 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 and cover, temporarily lowering and/or covering the valve to facilitate paving operation, furnishing and installing a new water valve box and cover to grade per CNB STD -511-L, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 19 Adjust 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 per CNB STD -111-L, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Page 14 of 33 Item No. 20 Remove and Install New Electrical Pull Box to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing electrical boxes, furnishing and installing new electrical pull boxes to grade per CNB STD -204-L, 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 Sewer Cleanout Box 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 sewer cleanout box and cover, temporarily lowering and/or covering the sewer cleanout to facilitate paving operation, furnishing and installing a new sewer cleanout box and cover to grade per CNB STD - 406 -L, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 22 Remove and Install New Water Meter Box and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing an existing water meter box and cover, furnishing and installing a new water meter box and cover to grade per CNB STD -502-L, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 23 Prune Tree Root & Install Root Barrier: Work under this item shall include root pruning and disposal, and installing root barriers per Section 801-1, restoring existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 24 Remove Existing Tree: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing trees, tree stump and roots, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 25 Furnish and Install Tree (Bauhinia Purpurea) : Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing new 36 inch box trees (Bauhinia Purpurea) per CNB STD -118- L -B, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 26 Install Signs, Striping, Pavement Markings and Pavement Markers: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing pavement striping and markers, removing or relocating street signs and posts, installing temporary and permanent pavement striping, markings and markers, installing street signs and posts, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Page 15 of 33 Item No. 27 Repaint Existing Red Curb Marking: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing red curbs, repainting existing red curb markings, and all other work items as required to complete the work in place. Item No. 28 Remove, Modify, and Replace or Protect Existing Landscaping and Irrigation: There is existing landscaping and irrigation within the project limits that will need to be removed, relocated, modified and/ or replaced. Landscaping shall include, but not be limited to ground cover, bushes, plants, curb drain (including pipe). The work under this item shall include but not be limited to removing, relocating and/ or protecting landscaping and irrigation or replacing the landscaping and irrigation to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in these specifications. The Contractor shall re- route interfering portions of the existing irrigation system including relocating or adding new heads, connecting the new service to the existing service and shall make temporary connection(s) to any irrigation system that is disconnected during the course of its work. It is the Contractor's responsibility to examine the site and determine what damage will be incurred by the new construction. The Contractor shall restore the work area to its original condition and state of usefulness as soon as practicable and all other work items as required to complete the work in place. Item No. 29 Remove Existing Excess AC Slurry on Curb and Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing excess AC slurry on curb and gutter, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 30 Clean and Repaint Existing Fire Hydrant: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cleaning and repainting existing fire hydrants per CNB STD -500-L, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 31 Remove and Install New Storm Drain Manhole Frame and Cover and Rings 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 and rings, temporarily lowering and/or covering the manhole to facilitate paving operation, furnishing and installing new manhole frame and cover and rings to grade per CNB STD -111-L and CNB STD -309-L, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 32 Remove and Install New Sewer Manhole Frame and Cover and Rings 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 and rings, temporarily lowering and/or covering the manhole to facilitate paving operation, furnishing and installing new manhole frame and cover and rings to grade per CNB STD -111-L and CNB STD -401-L, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Page 16 of 33 Item No. 33 Remove and Install New Galvanized Catch Basin Frame and Grating: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing catch basin frame and grating, furnishing and installing new galvanized catch basin frame and grating per CNB STD - 321 -L-A and CNB STD -321 -L -B, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. 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. 200-2.4 Crushed Miscellaneous Base 200-2.4.3 Quality Requirements Replace the minimum R -value requirement in Table 200-2.4.3 with a minimum R -value of 80. 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 Page 17 of 33 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish or surface course shall be Type III -C3 -PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III -132 -PG 64-10 (20% max RAP). SECTION 213 — ENGINEERING 213-1 GENERAL The Contractor shall submit the following: 1. Certification: The contractor shall provide to the Engineer a certificate stating the name of the manufacturer, product name, style number, and chemical composition of the filaments or yarns and other pertinent information to fully describe the geotextile. The Certification shall state that the furnished geotextile meets MARV requirements of the specification as evaluated under the Manufacturer's quality control program per ASTM D8102 and include supporting QC test results. The Certification shall be attested to by a person having legal authority to bind the Manufacturer. Certifications from Private Label distributors will not be accepted. 2. If an alternate product is submitted, full scale performance testing performed by an Independent testing agency shall be provided to the Engineer that quantifies the structural benefit of the geotextile. The benefit must meet or exceed the benefit of the design geotextile under similar conditions. A design including the alternate product must be stamped by a professional engineer in the state where the project is located and submitted for review. 3. Coefficient of Interaction (Ci) test results performed by a lab with GRI accreditation should be provided to confirm conformance to the specified value. Page 18 of 33 4. Manufacturer's installation Guidelines shall be provided. 5. Three V x 1' sample shall be provided. 6. Quality Standards: The contractor shall provide to the Engineer the Manufacturer's Quality Control Plan along with their current GAI- LAP and ISO 9001:2015 certificates. 7. Alternate products must be submitted a minimum of 15 days prior to bid date to Engineer and should include information on five similar projects in size and scope. 213-5 GEOTEXTILES AND GEOGRIDS Geotextile material shall conform to the following: 1. The geotextile shall have orange identification yarns and super high -tenacity polypropylene yarns with a weave pattern to maximize strength, water flow, soil interaction and soil retention. The yarns shall be from high -tenacity long -chain synthetic polymers composed of at least 95 percent by weight of polyolefins or polyesters. They shall form a stable network such that the filaments or yarns retain their dimensional stability relative to each other, including selvages. The geotextile is produced with a unique patented double layer weave pattern utilizing two different weft yarns in weft sets and a stuffer pick, as recited in U.S. Patent 8,598,054. 2. The geotextile shall meet the requirements of Table 1. Values for AOS represent maximum average roll values. TABLE 1 - SUBGRADE STABILIZATION GEOTEXTILE When sewn, seams are required per the manufacturer's installation guidelines. Roadway Design and Guidance Document / Unit Design / Calibration Performance Properties Test Method Value Base Course MR Improvement Factor' AASHOTO R50- --- 1.40 Subgrade MR Improvement / Increase2 AASHTO R50- Ib/int 9,000 (62.0) 09 MPa kip/ft MD CD Cyclic Tensile Modulus: JcycrC3 ASTM D7556 kN/m ( ) 60 (876) 160 (2,336) Resilient Interface Shear Stiffness: G13 ASTM D7499 kMPa2 329 (2,268) Page 19 of 33 Traffic Benefit Ratio: TBR 4,5,6 AASHOO R50- --- 9,0 / 13.1 / 39.0 Apparent Opening Size, AOS ASTM D4751 U.S Sieve 40 (0.425) Interaction Coefficient: Cil ASTM D6706 --- 0.90 Pore Pressure Dissipation Ratio4 Measured --- 2.0 Typical Dynamic Filtration Pore Size 095 / 05o ASTM D6767 microns 337/192 s % Maximum Percent Open Area: MPOA9 ASTM D6767 Percent 7.3 Tensile Strength @ 2% Strain (MARV) ASTM D4595 Ib/ft kN/m 480 (7.0) 1,800 (26.3) Tensile Strength @ 5% Strain (MARV) ASTM D4595 Ib/ft kN/m 1,440 (21.0) 4,380 (63.9) Index Properties Test Method Unit Roll Value Apparent Opening Size, AOS ASTM D4751 U.S Sieve 40 (0.425) Maximum Roll Value mm Hydraulic Flow Rate (MARV) ASTM D4491 gal/min/ft2 (1/min/M2) 75 (3,056) Permittivity (MARV) ASTM D4491 sec' 1.0 UV Resistance % (at 500 hours exposure) ASTM D4355 strength 90 retained Notes: Value Determined from Results of Independent Testing Performed at Kansas State University in accordance with NCHRP Report 512 "Accelerated Pavement Testing: Data Guidelines' and AASHTO R50-09 Geosynthetic Reinforcement of the Aggregate Base Course of Flexible Pavement Structures." Multiplier for Unbound Granular Material; for SG MR between 4.5 and 6.9 ksi (30.9 and 47.4 MPa). z Value Determined from Results of Independent Testing and Geosynthetic Calibrations to AASHTOWare ME Reported by NCHRP 01-50 "Quantifying the Influence of Geosynthetics on Pavement Performance." Subgrade MR Increase for SG MR between 5 and 25 ksi (69 and 172 MPa). s Value Determined from Results of Independent Testing and Geosynthetic Calibrations Reported by WTI / MTSU `Relative Operational Performance of Geosynthetics Used as Subgrade Stabilization." Cyclic Tensile Modulus Measured at 2% Permanent Strain; Resilient Interface Shear Stiffness Normal Stress = 5.08 psi (35 kPa); Interface Shear Stress = 0.73 psi (5 kPa). Value Determined from Results of Independent Testing Performed at GeoTesting Express (GeoComp) "A Laboratory Evaluation of the Performance of TenCate Mirafi® Geosynthetics in Roadway Stabilization Applications — Georgia Silt Subgrade," September 1, 2011. 9 -kip f40 kN} Wheel Load, SG CBR = 1%, 12 -inch (300 -mm) Crushed Aggregate BC (CBR > 25%), 3 -inch (75 -mm) Rut Depth. e Value Determined from Results of Independent Testing Performed at LTRC "Performance of Reinforced—Stabilized Unpaved Test Sections Built Over Native Soft Soil Under Full -Scale Moving Wheel Loads," TRR Volume 2511, 2015. Measured at 0.34 -inch (8.64 mm) Rut Depth; Peak Pore Pressure 6 -inches (150 mm) Below Geosynthetic. s Value Determined from Results of Independent Testing Performed at GeoTesting Express (GeoComp) "A Laboratory Evaluation of the Performance of TenCate Mirafi® Geosynthetics in Roadway Stabilization Applications — Montana Clay Subgrade," September 1, 2011. 9 -kip (40 kN) Wheel Load, SG CBR = 1.8%, 8 -inch (200 -mm) Rounded Aggregate BC (CBR > 25%), 3 -inch (75 -mm) Rut Depth. Interaction Coefficient value is for sand (SP) or gravel (GW) based on testing conducted by SGI Testing Services. a Typical Value Determined from Specimen Results of Independent Testing Performed at TRI Environmental, Various Dates. s Maximum Value Determined from Specimen Results of Independent Testing Performed at TRI Environmental, Various Dates. Approved geotextile is Mirafi° RS5801i as manufactured by TenCate Geosynthetics Americas Any submitted product other than Mirafi° RS580i is considered an alternate. 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. Page 20 of 33 214-6 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. 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. 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 Page 21 of 33 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. 300-10 GEOTEXTILES FOR SEPARATION 300-10.1.1 Placement Placement shall be per the manufacturer's installation guidelines (Appendix C) and as shown on the Plans. SECTION 302 - ROADWAY SURFACING 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. Page 22 of 33 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. 302-5.4 Tack Coat Add to this section: Prior to placing the asphalt concrete finish or surface course, a trackless tack coat at a rate not to exceed one-tenth (1/10) of a gallon per square yard shall be uniformly applied to the asphalt concrete base course surface against which the asphalt concrete finish or surface course is to be placed. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to placement of CMB and AC paving operation. Upon completion of asphalt concrete finish 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. 91Yai101:49W_1►1eZel4Ji1401119101010Is] :7=1I =LLIXT14►Vi1401111 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. 303-5.5 Finishing 303-5.5.2 Curb Page 23 of 33 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. 314-4.2 Control of Alignment and Layout 314-4.2.1 General The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or 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 Page 24 of 33 314-4.4.1 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 mm (120 mil) thickness. Striping shall be applied by extrusion method. Sprayable thermoplastic striping shall not be allowed. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. The concrete surface shall be roughened along the thermoplastic striping. The width of the roughened concrete 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 has been in place for at least 10 days but not later than 15 days. 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 for typical sign installation in Appendix D. PART 6 — TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS Page 25 of 33 600-1 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. 1*1111 yLV 4:1 [oil] W_1 MIT9191 **I 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. 601-1 GENERAL SECTION 601 — WORK AREA TRAFFIC CONTROL Page 26 of 33 The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall submit to the Engineer, at least five working days prior to the pre - construction meeting, a traffic control plan showing typical closures and detour plan(s). The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Typical closures shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street 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. The Contractor will be allowed to close short segments of one street at a time to complete the work. Work in other streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as loss of street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed streets. 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 33 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. The Contractor shall follow the Construction Phasing Plan in Appendix B. Street shall be opened and paved back within 10 working days in each phase. 9. The Contractor shall provide two (2) flag -persons at the East Coast Highway entrance to the tract while closing down to one lane for work at this intersection. 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's Urban Forester 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. Page 28 of 33 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. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs and shall be made as far away from the tree base as possible. 3. Selective Root Pruni a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City Arborist. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Page 29 of 33 APPENDIX A PAVEMENT INVESTIGATION & REPORT Page 30 of 33 2019 PAVEMENT INVESTIGATION AND REPORT CAMEO HIGHLANDS RESIDENTIAL HOUSING TRACT 3519 Within the City of Newport Beach, California LMI Project No. 45236 Client: City of Newport Beach Public Works Department PSOMAS 3 Hutton Drive, Suite 200 Irvine, CA 92707 Initial Report Date: September 6, 2019 Revised Date: February 6, 2020 Includes Design Alternative Submitted by 4�)e TEMCAI Prepared B 4GrgRM�za— r v i Project Manager LtA LaBelle Marvin Revie RCE 30659 Professional Pavement Engineering 2700 South Grand Avenue, Santa Ana, CA 714-546-3468 — label lemarvin.com Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 I TABLE OF CONTENTS SECTION PAGE 1.0 INTRODUCTION 1 2.0 BACKGROUND 1 3.0 SCOPE OF WORK 2 4.0 FIELD CONDITIONS 3 5.0 STRUCTURAL INVESTIGATION 4 6.0 TRAFFIC USE ESTIMATES 8 7.0 DESIGNED REPLACEMENT SECTIONS 8 8.0 DESIGN CHALLENGES AND DESIGN CONSIDERATIONS 13 9.0 IMPROVEMENT RECOMMENDATIONS 14 10.0 CONSTRUCTION OVERSIGHT 16 11.0 MATERIAL SPECIFICATIONS 16 APPENDIX A IMPROVEMENT ALTERNATIVE PLANS B GPR AS -BUILT THICKNESS SCANNING MAP C CORE/BORING LOG & LOCATION PLAN D R -VALUE SOILS TESTING RESULTS E TE14CATE DESIGN SPECIFICATIONS Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 Lel LaBelle -'.. 1.0 — INTRODUCTION Improvement of the Cameo Highlands roadways, north of Pacific Coast Highway within the City of Newport Beach, is planned in the near future. Based on condition assessments and review by others, reconstruction of the various roadways has been selected by the City to satisfy a variety of design and performance issues. The purpose of this investigation is to provide necessary information relative to roadway demolition, potential challenges which may arise during site preparation and explore various alternative methods of reconstruction which may be considered for the project roadways. Investigation of the Cameo Highlands roadways has been completed in conjunction of site pavement core sampling, subsurface subgrade exploration, verification of pavement section uniformity or variation using Ground Penetrating Radar and determination of suitable replacement sections consistent with the selected design parameters. The Pavement Investigation and Report is based on the structural pavement investigation of the existing asphalt concrete pavement system performed in August/September of 2019. Various methods of construction and reconstruction have been explored to provide the design team with alternative methods of improvement consistent with anticipated site conditions. The investigation as compiled includes an assessment of the current conditions combined with the development of alternative reconstruction improvement procedures. 2.0 — BACKGROUND The coastal community of Cameo Highlands, is located at the southerly limits of Corona Del Mar in Newport Beach, California and situated next to the Pelican Hill Golf Course. The roadways within the community were constructed in the early 1960's. A single community entrance to the 141 residential lot community is provided off of Cameo Highlands Drive from Pacific Coast Highway. The 8 total subject roadways included in this investigation are constructed of asphalt concrete generally 32' wide. Cameo Highlands Drive, the main entry into the community, is the exception measuring 38' wide. The total street area is approximately 307,508 square feet. Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 Lel LaBelle -'.. All roadway edges are confined by typical Portland Cement Concrete (PCC) curb with gutters, conclusively collected by storm drain catch basins. Curb face drains are located at each individual residence. Community trash and recycle is routinely picked up weekly at each household. Home remodel activities are an additional and significant activity along the roadways. The investigation focuses on the prevailing pavement conditions within the asphalt concrete drives and provides an overview of the association's general structural conditions of all roadways. The purpose of the study is to explore as -built conditions in conjunction with current field observations utilizing a combination of pavement core samplings, subsurface borings and associated laboratory testing. The various factors and conditions documented are combined with design traffic estimates to provide an assessment of the probable cause of current conditions and develop possible improvement recommendations to enhance future performance. 3.0 — SCOPE OF WORK The investigation performed utilized a range of data gathering techniques to ascertain the present structural conditions and to develop design improvements. The detailed tasks performed to complete the report are as follows: ➢ Design structural section improvement replacement section alternatives ➢ Report summarizing observations and reconstruction recommendation alternatives. ➢ Site schematic drawing with recommendation alternatives (Appendix A) ➢ Document as -built layer thicknesses and In-situ moisture contents (Appendix B) ➢ Ground Penetrating Radar (GPR) As -Built thickness scanning (Appendix C) ➢ Laboratory Testing o Subgrade Soil Strength (R -Value CA 301) for section design (Appendix D) o Determine support characteristics during construction ■ Explore subgrade mitigation methods Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 Lel LaBelle -'.. 4.0 — FIELD CONDITIONS The existing pavement surface condition and manifestation of distresses provides insight into the impact of environmental issues such as landscape irrigation runoff, periodic rainfall, and thermal stresses imposed during the yearly weather cycles, combined with the apparent cumulative effects of traffic use. Previous maintenance and/or rehabilitation strategies, Le patching, often impart additional visible characteristics which aid in developing a full understanding of the performance and design challenges for specific roadway segments. Observations of the pavement areas were documented by our engineering staff during the site reviews performed on August 14, 2019 and September 6, 2019. The general overall condition of the pavements is fair to poor, on a scale of excellent -good -fair -poor -bad. Pavement within the range of fair may have up to 30%+ pavement distress and/or prevailing conditions which generally necessitate future rehabilitation. A summary of observed conditions encountered are described below and pavement condition plan provided herein. • The asphalt concrete pavement surfaces are generally a light/medium shade of gray in color, indicating a worn emulsion aggregate slurry, exposing the fine aggregate rock dust. • Pavement cracking is moderate in all areas of the community roadways. The cracking includes a combination of environmentally induced block cracking, reflection of prior utility patching and construction, apparent subgrade expansion combined with structural pavement failures and alligator cracking. • Isolated segments of pavement along the valley gutters, typically 1.5' to 2' in width, are cracked with failures and alligator cracking. • Isolated locations exhibit heavy alligator cracking and are slightly depressed with rutting conditions. • Isolated segment of pavement subjected to heavy surface raveling and alligator cracking include delamination of previous surfacing including Emulsion Aggregate Slurry Seal (EAS). Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 LM Labelle-'. . • The existing Portland cement concrete gutters appear to include positive drainage characteristics, with the exception of the older cracked cross gutter. • Previous rehabilitation includes local patching, crack filling and application of slurry seal (EAS) wearing surface(s). Multiple pavement layers along one segment of Dorchester Road correlate with the lowest strength R -value soils encountered during this investigation. 5.0 — STRUCTURAL INVESTIGATION The study utilized pavement core sampling to define the existing section thicknesses. The core thicknesses are combined with subgrade information to assess the combined effects of sub - grade variations, historical traffic use, previous maintenance, and resurfacing. The methodologies employed permit exploration of rehabilitation alternatives (where applicable), and provide a cross check for developing an understanding of the roadway history relative to present conditions. The specific 'hard' data is combined with a visual examination of the roadway during development of testing protocol, field core sampling, Ground Penetrating Radar scanning, and during an engineering review of conditions prior to development of final recommendations for maintenance, rehabilitation or reconstruction. The variables associated with pavement performance and pavement rehabilitation present challenges which are addressed during design including current grades, grade restraints, pavement cross slopes, standard curb heights. The impact on surface grades and elevations for potential rehabilitation alternatives where analyzed during the investigation, evaluating short - and long-term performance and construction challenges. Various alternative methods of reconstruction may be explored based on these data including time requirements, construction logistics and risks. PAVEMENT CORING The existing pavement section thicknesses were defined through pavement core sampling. Subsurface borings were combined with the coring activities providing access to the subgrade soils, defining the underlying soil moistures and conditions and providing materials for defining Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 LM Labelle-'. . alternative methods of reconstruction. The pavement core and boring sampling was performed at select representative locations, totaling eleven (11) locations throughout the community. Access through the asphalt pavements utilized a 6" diameter hollow bit core barrel, cut through the pavement layer(s). Borings were advanced to a typical 3' depth below the pavement surface to define and measure the aggregate base sections (if any) and obtain subgrade soils samples for laboratory testing. Laboratory analysis of the material obtained through subsurface borings provide information relative to subgrade conditions including in-situ moisture contents and soil strengths, (R -value, CA Test No. 301). These data are used during development of designed structural replacement sections and assessment of probable equipment support characteristics during reconstruction. The data are critical elements in development of alternative methods of roadway improvement. Detailed coring results are provided in Appendix B. Subgrade R -Value strength data (measurement of resistance to deformation) is provided in Appendix D. (11) PAVEMENT SAMPLING AND TESTING SUMMARY AS -BUILT SECTIONS Numberof Sample As -Built Results Equilibrium Locations Min. (Inches) Max. (Inches) Asphalt Concrete Pavement 11 31/4 83/4" Aggregate Base (Encountered) 11 3" 51/2' SUBGRADE NumberofSoil Types Sampled In -Situ Moisture Contents Min. (%) Max. (%) Brown Sand 5 8.2% 12.1% Brown Clayey Sand 2 12.2% 16.4% Brown Clay 1 27.9% - Brown Sandy Clay 2 13.1% 13.8% Brown Clayey Silt 1 24.7% - Numberof SUBGRADE Equilibrium EQUILIBRIUM R -VALUE Tests R -Value Moisture Brown Clay 1 5 >27% Exudation 65 Brown Sand 1 13.1% Exudation 17 Brown Sandy Clay 1 12.5% Exudation Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 Lel LaBelle -'.. The coring and boring data yielded the following; • The majority of community pavements were constructed with a layered pavement section consisting of two or more layers of asphalt concrete and a limited aggregate base layer. • The majority of asphalt concrete cross sections indicate the original pavement section was constructed in 2 individual asphalt concrete layers/lifts, totaling 3 W to 4 %" thick. • One core location along Dorchester totaled 8 %" asphalt concrete with 6 individual layers or lifts of asphalt concrete. • The aggregate base layer generally varied between 3" to 5" thick. • Engineering fabric was not encountered. • Moisture contents measured throughout the site varied significantly from 8.2% to 27.9% corresponding to changes in by soil type. • Current soil moisture contents within regions of Sandy Clay and Clay soil types above 11.4% will not support construction equipment, where excavation is planned. • The roadway segments underlain by the brown sand soils will provide adequate support for construction equipment at all moisture conditions encountered. GROUND PENETRATING RADAR PAVEMENT SCANNING Pavement core sampling provides detailed section information at discrete locations along the various roadways. The core data does not however provide information relative to variability in the pavement section, locations of change in section, thicknesses over utilities, or thicknesses within intersections. Ground Penetrating Radar (GPR) thickness scanning populates the information spectrum providing nearly continuous measurement (3 scans per linear foot) of the existing pavement section along each of the test lines for the length of each roadway segment. Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 Lel LaBelle -'.. The GPR data provides additional information for use during design, including evaluation of proposed milling depths, diversion of asphalt concrete millings to recycle facilities. Ground Penetration Radar (GPR) testing was performed utilizing LaBelle Marvin Inc.'s GSSI RoadScan 2.0 GHZ GPR Equipment. The GPR information provides a thickness of the asphalt concrete pavement along the length of each roadway. The data provides a clearer understanding of historical as built section thicknesses and limits of the variable pavement sections encountered during core sampling. The GPR measurements provide information relative to changes in section and as importantly locations of change. The GPR data is especially important where historical roadway improvements include previous use of conventional asphalt concrete over aggregate base intermingled with areas or lanes constructed with full depth asphalt concrete. Information generated through GPR testing is supplemented by core information aiding in identifying the composition of the various pavement layers and to aid in designing milling depths or development of demolition estimates. LEGEND GPR AC THICKNESS Less - 3.00" 3.00' - 4.50' 4.50" - 6.00" 6.00" - 7.50" 7.50" - 9.00" ' Greater Than 9.00" F� Ground Penetrating Radar Map (See Appendix C) GPR data highlighted changes in the roadway section thickness all subject roadways within the community. A large percentage of the roadway includes asphalt concrete pavement Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 Lel LaBelle -'.. thicknesses ranged from 3" to 4" thick, with the exception of the thickened pavement section of 8"-9" along Dorchester, from Cameo Highlands Drive to Garrett, and a segment of roadway along Surrey. Detailed GPR thickness data plan, transferred into Google Maps°, provided in Appendix C. 6.0 —TRAFFIC USE ESTIMATES The estimate of future traffic use was developed based on typical residential traffic, delivery vehicles and trash trucks. A typical Traffic Index of 5.0 has been selected by the design team for the anticipated traffic (residential use, occasional moving trucks, and weekly trash service) over the next 10 to 20 years. Some consideration may also be necessary to address ongoing home remodeling and construction. The 5.0 Traffic Index is consistent with typical traffic projections within residential neighborhoods within the City of Newport Beach, the County of Orange and the State of California. Based on the design team input a Traffic Index of 5.0 has been selected for all roadways. An alternative replacement section is also provided for a traffic index of 6.0, applicable to Cameo Highlands Drive. The net effect of addressing construction logistics and variations in soils types and strengths may result in the final as built section exceeding the stated Traffic Index. 7.0 — DESIGN REPLACEMENT SECTION ALTERNATIVES I LABORATORY BASED Evaluation of pavement conditions and structural needs along the roadways includes analysis of the existing pavement sections, visual pavement conditions, and ride qualities, grade and cross slope issues. The various measurements are compared to the impacts from residential use and traffic (deliveries, moving, trash service, etc) as represented over time by the Traffic Index. The combined data also provides valuable insight into the cause or causes of current distress, permitting selection of effective design and construction strategies. A component analysis has been performed utilizing both laboratory equilibrium design conditions and corresponding to actual in-place field moistures determined during this Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 Lel LaBelle -'.. investigation. Comparison of replacement section thickness requirements with as -built thicknesses provides an initial basis for development of probable structural deficiencies. Sub -grade strengths vary with changes in sub -grade moisture. Sub -grade moistures throughout the community are moderate and represent very low soils strength as evidenced by the high volume of pavement failures. Sub -grade moistures throughout the community, ranged from 8.2% to 27.9%. Laboratory predicted sub -grade strengths of the majority of soil types measured an R -value of 5, 17 and 65 correlating to the various soil types and conditions encountered. Selection of a single design R -value strength is based on a maximum R -value of 5 for initial pavement design purposes. Additional alternatives have been explored based on the 17 and >50 R -value conditions where definitive limits of soil changes may be established, i.e. Cameo Highland Drive. The following replacement sections should be used in all areas of reconstruction for either a full depth asphalt concrete structure or layered asphalt concrete over aggregate base section. REPLACEMENT SECTION ALTERNATIVES .ROADWAYS) DESIGN R -VALUE: 5 TRAFFIC INDEX: 5.0 All Residential Roadways OPTION A OPTION B OPTION C L� A AC / AB WITH WET LaBelle r:.: --:1�, AC/AB SUBGRADE FULL DEPTH AC SECTION CONDITIONS Asphalt Concrete 4" AC 4" AC 8" Crushed Misc. Aggregate Base 8" CMB 12" CMB --- Geotextile Fabric (Seperation)* n/a yes n/a Asphalt Concrete Compaction 95% Min. 95% Min. 95% Min. Requirement Aggregate Base Compaction o 95/ Min. 0 95/"Min. N/A Requirement Subgrade Compaction 90% Min. 90% Min. 95% Min. Requirement (Upper 6") *Geotextile Separation Fabric: Section 213, Table 213-5.2 (8) -Woven, Section 330-10 Geotextile for Separation of the SSPWC, 2015 edition. Grab Strength ASTM D4632 min. 270 lbs., Grab Tensile Elongation ASTM 4632 max. 25 %. Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 LM Labelle-'. . Cameo Highlands Drive appears to be underlain by brown sand with an R -value in excess of 50. Where the presence of the sand subgrade may be verified either prior to construction through additional core and bore sampling, or at the time of construction through observation of the exposed subgrade, use of this above alternative pavement section may be considered. RECOMMNEDED STRUCTURAL REPLACEMENT SECTIONS (CAMEO HIGHLANDS DRIVE) DESIGN R -VALUE: 50 TRAFFIC INDEX: 6_0 4" AC All Residential Roadways A OPTION B OPTION C LMOPTION 95% Min. AC / AB WITH WET Aggregate Base Compaction La Bekle Marvin AC / AB SUBGRADE FULL DEPTH AC N/A Requirement (Upper 6" SECTION CONDITIONS Asphalt Concrete 4" AC 4" AC 6" Crushed Misc. Aggregate Base 4" CMB 12" CMB --- Geotextile Fabric (Seperation)* n/a yes n/a Asphalt Concrete Compaction 95% Min. 95% Min. 95% Min. Requirement Aggregate Base Compaction ° 95/ Min. ° 95/o Min. N/A Requirement Subgrade Compaction Requirement 90% Min. 90% Min. 95% Min. (Upper 6") *Geotextile Separation Fabric: Section 213, Table 213-5.2 (8) -Woven, Section 330-10 Geotextile for Separation of the SSPWC, 2015 edition. Grab Strength ASTM D4632 min. 270 lbs., Grab Tensile Elongation ASTM 4632 max. 25 %. TENCATE° Design Alternative (Requested by City) ��sTENCATE Asphalt Concrete 4" AC Crushed Misc. Aggregate Base 8" CMB min. TENCATE Marifi RS580i Fabric* YES Asphalt Concrete Compaction 95% Min. Requirement Aggregate Base Compaction 95% Min. Requirement Subgrade Compaction N/A Requirement (Upper 6" *Fabric shall be installed Per Manufacture's Guidelines. Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 LM Labelle-'. . LMI OPTION A — (CONVENTIONAL ASPHALT CONCRETE OVER AGGREGATE BASE SECTION) — Option A includes typical excavation, grading and subgrade processing/compaction. Where use of Option A is possible (i.e. subgrade is firm and unyielding, and compacted to a minimum 90% relative compaction the aggregate base may be placed directly over the prevailing subgrade soil without use of the fabric separation layer on a street by street basis. During the course of the excavation and grading of the subgrade, it should however be anticipated all or part of the roadway subgrade soils may not support the construction traffic when moisture contents are at or above 11.4%+ moisture. Where subgrade is non -supportive, and apparent rutting is limited, See Option B. LMI OPTION B — (WET/UNSTABLE SUBGRADE) — Pavement rutting under loading may be anticipated. Rutting of less than 4" deep should be expected. The use of a geotextile fabric layer installed beneath the aggregate base section for reinforcement and materials interface separation purposes may be utilized to address support issues. The geotextile fabric will maintain separation and maintain the integrity of the aggregate base structural layer properties. Perform additional excavation to a depth of 2" the rut/uplift depth to a maximum of 16" below finish grade (12" total aggregate base section). A geotextile (either Mirafi 600x or RS580i fabric) should then be place followed by a minimum 8" thick aggregate base section. No material trucks should be permitted to travel on the exposed subgrade or installed geotextile prior to placement of a minimum of an 8" thick crushed miscellaneous aggregate base layer. The 8" thick layer should then be graded and compacted followed by placement of the final 4" thick aggregate base layer. The upper 8" of crushed miscellaneous aggregate base layer must be compacted to a minimum 95% relative compaction prior to placement of asphalt concrete. Where movement exceeds 4", excavation should be increased to include an 18" thick aggregate base section. Extreme instability may be addressed using a secondary layer of geotextile, mid depth in the 18" aggregate base section. The depth of excavation and use of potential secondary fabric layers should be determined at the time of construction by the design team. The compaction requirement on the subgrade may be waived with minimal risk when the Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 Lel LaBelle -'.. increased aggregate base section is utilized in conjunction with the geotextile fabric layer. Grade control and inspection of construction operations is critical to ensure proper installation. The initial 8" thick layer of aggregate base should be spread over the geotextile prior to operation of any wheeled equipment or trucks within the roadbed. The initial layer of aggregate base should be compacted for grade control. Following placement of the final 4" of aggregate base, the upper 8" of aggregate base should be compacted to the required 95% minimum relative compaction. Where the City/Design engineer choses to utilize TENCATE° Marifi RS580i Fabric, the fabric should be installed per the manufacturer's recommendations and in the presence and guidance of the Tencate representative. In addition, where fabric rut depths exceed %" following placement of the TENCATE° Marifi RS580i Fabric, and a minimum recommended 8" thick aggregate base layer, or where compaction of the aggregate base to the specified 95% minimum is not possible, additional excavation and increase of the aggregate base layer thickness may be required. Where additional excavation is required based on field conditions encountered, the City or the City representative should exercise suitable judgment when selecting the excavation depth. See TENCATE° Specifications, Design, Warranty and Disclaimer, provided within Appendix E, Dated 2.6.2020, submitted by Ruta Bandziulis, TENCATE° Engineering Business Manager. LMI OPTION C (FULL DEPTH AC SECTION) — Pavement rutting under loading may be anticipated. Rutting of less than 4" deep should be expected. During the course of the excavation, grading and compaction of the subgrade, it should be anticipated the subgrade will not support construction equipment when moisture contents are at or above 11.4%. Over -excavation may therefore be required. Excavation should extend to 12" below finish grades. A single 8" thick lift of asphalt concrete should be placed and lightly rolled for grade control. The 8" thick layer should be permitted to cool a minimum of 16 hours. Where inspection of the interim surface reveals cracking, pavement reinforcing fabric should be installed using 0.20 gallons/sy PG 64-10 binder prior to placement of the final 4" thick pavement layer, totaling 12" full depth asphalt concrete. Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 Lel LaBelle -'.. 8.0 — DESIGN CHALLENGES AND DESIGN CONSIDERATIONS The focus of this investigation is to explore various methods of reconstruction, addressing conditions encountered, the potential challenges due to wet or unstable subgrade soils and consistent with the City standards. The impacts to the community pavements are directly influenced by the subsurface conditions and increased trash truck traffic use over the last few decades and more recently, ongoing 'remodeling' of homes. These impacts were likely not considered or anticipated during the initial design. Long term improvement by reconstruction provides the greatest opportunity to provide a designed structural replacement section, meeting current needs, while eliminating existing cracking conditions. The greatest challenge identified during this investigation is the anticipated low to poor support provided by the subgrade upon removal of the existing pavement section. Conventional construction procedures, which include scarification and air drying or processing of the subgrade soils may be both time consuming and unpredictable. The clay soils identified along Dorchester Road and Cortland Drive are considered wet and will not support construction traffic following removal of the existing asphalt concrete and aggregate base layers. The poor subgrade support was apparently addressed during past paving projects along Dorchester Road by increasing the asphalt concrete in excess of 8" thick. The thick pavements along Dorchester Road between Cameo Highlands Dr and Garrett Drive were documented during pavement core sampling and verified through GPR testing. Roadway segments along portions of Cameo Highlands Drive, Garret Drive and Rockford Drive included Brown Sand which provide excellent subgrade support. The remainder of the roadways included brown clayey soils with marginal support values. The variety of soils encountered presents significant challenges when selecting design support (R -value) strengths for replacement section design. Based on the existing pavement section thicknesses, the roadways were likely initially designed based on the excellent support values of the sand subgrade along Cameo Highlands Drive. This assumption then contributed to the historical Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 LM Labelle-'. . increases in section thickness along Dorchester Road and the intermittent pavement distress through the community. 9.0 — IMPROVEMENT RECOMMENDATIONS The intent of this report is to assist the design team with designed structural improvements, enhancing current conditions, and balancing pavement needs with long term site improvements. The criteria necessary for the completed improvement of the community roadways is based on truck traffic volume, existing pavement layer thicknesses, pavement conditions, existing soil strengths and existing cross -slopes. Given the long-term objective of addressing pavement failures, and reducing pavement cracking conditions, reconstruction of the various roadway has been selected by the design team. Conventional Reconstruction (4" Asphalt Concrete / 8" Aggregate Base) Conventional Reconstruction is based on excavation and removal of the existing pavement and aggregate base, followed by additional excavation as required to 12" below finish design elevations. The condition of the subgrade should be verified, i.e., firm and unyielding, and compacted to at or near the minimum 90% relative compaction requirement. Where subgrade conditions are found to be soft, but supportive of construction equipment with limited distortion (<1/2" rut depth and not adjacent uplift or cracking) a geotextile such as Mirafi RS580i may be placed to limit the need for additional subgrade preparation or additional compaction followed by placement of a minimum 8" thick aggregate base section. Where subgrade conditions are soft and unsupportive of construction equipment (rut depth and associated uplift greater than %") the construction and design team may select a method of subgrade preparation by either; Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 Lel LaBelle -'.. 1. Scarify wet soils and allow air drying for some unspecified time period followed by compaction and regrading of the subgrade or 2. Perform additional excavation to a depth of 2" the rut/uplift depth to a maximum of 16" below finish grade (12" total aggregate base section. A geotextile (either Mirafi 600x or RS580i fabric) should then be place followed by a minimum 8" thick aggregate base section. No material trucks should be permitted to travel on the exposed subgrade or installed geotextile prior to placement of a minimum of an 8" thick crushed miscellaneous aggregate base layer. The 8" thick layer should then be graded and compacted followed by placement of the final 4" thick aggregate base layer. The upper 8" of the 12" thick crushed miscellaneous aggregate base layer must be compacted to a minimum 95% relative compaction prior to placement of asphalt concrete. Where subgrade conditions are considered exceptionally soft or wet, extension of the excavation to permit use of an 18" thick layer of crushed miscellaneous aggregate base may be considered. Based on data to date, such conditions, if any, would be limited to Dorchester Road between Cameo Highlands and Garrett Drive, and possible some limited portion of Garrett Drive. Where such conditions are encountered, the pavement engineer of record should be contacted for direction. Stabilized Subgrade Option Use of stabilized subgrade will be challenging due to the variety of soils encountered. Given the mix of brown sand, sandy clay, clayey silt and clay, no single method or application rate of stabilizing agent is applicable. Where stabilization is considered, the process is likely only applicable to Dorchester Road from Cameo Highlands Road to Garrett Drive and potentially some portion of Garrett Drive. Use of a deeper excavation and potentially installation of second layer of geotextile sandwiched within the aggregate base layer will likely be more time and cost effective than chemical stabilization of isolated area. Development of specific stabilization recommendations will require additional investigation to define specific limits and determination of the appropriate quicklime or Portland cement Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 Lel LaBelle -'.. application rate. While cement treatment may be considered for the brown sand soils and potentially the sandy clay soils, the benefit and time issues related with cement stabilization do not warrant such use. All recommended work should be performed in accordance with the specifications of the Standard Specifications for Public Works Construction (SSPWC), 2015 Edition. All centerline to edge of pavement grades should be reconstructed at min. 1.7% fall over the finish surface grade of the new roadways. 10.0 - CONSTRUCTION OVERSIGHT All recommended work should be bid to qualified contractors, performed in accordance with the specifications of the Standard Specifications for Public Works Construction (SSPWC), 2015 Edition, and inspected for specification compliance during construction. Site inspection and/or oversight provides the City with the means for reducing risks and improving long term performance through verification of excavation limits and depths, material placement and compaction, finishing methods, material qualities, etc. LaBelle Marvin, Inc. provides these inspection services and are available upon request. 11.0 — MATERIAL SPECIFICATIONS Asphalt Concrete Asphalt concrete shall be Type CIII C3 PG 64-10 complying with Section 203-6.5 ASPHALT CONCRETE of the Standard Specifications for Public Works Construction, 2015 Edition. Asphalt concrete materials used for the speed bumps or speed cushions will be a Type III D Mix PG 70- 10. Aggregate Base Cameo Highlands I Tract 3519 2019 Structural Pavement Evaluation Report P.N. 45236 LM Labelle-'. . Aggregate base sections may utilize Crushed Aggregate Base (CAB) or Crushed Miscellaneous Base (CMB) complying with applicable sections of the Standard Specifications for Public Works Construction, 2015 edition. All crushed miscellaneous base material placed on site shall have a minimum R -value of 80 as approved by the Engineer. Compaction tests may be required by the Engineer for approval before the surface layer of asphalt concrete is placed. Aggregate Base shall be placed in lifts of a maximum of six (6) inches. All work shall be performed in accordance with Section 301 of the SSPWC, 2015, edition. Portland Cement Concrete All Portland Cement Concrete curbs and gutters shall be constructed by use of forms. The curb and gutter will have a medium broom finish except for the four (4) inch shiner at the flow line. The PCC materials shall be placed in accordance with Section 303 of the SSPWC, 2015 edition. RECOMMENDATION ALTERNATIVES PLANS Z p w P N O ZD II \ \ o m Im I — � O z �1 N I I I I I 71 I I I D - - 5 �Zm -- ��r I -= �J m m 17— -- O� Z ---1 oD >()< >mZ o N I NDZ o - z � �I C7 I NZ Z0 v A D z A O z om 1 n - D ^ VN N D mo N c m m o m \ 0 oz z Km ° o 00 w A -- y y D z O p O 2 G) C N x c� � G o 3 � _ m D n — m �m < nma—i o0 0 m ADO O D m X A Ox_ Z =m� 1 I \ m�L7 D m -- -- D x m m i CAr <y O D C n Z C Cl) / (j) 0 I � � O m - - <z m --I m Z Min 8" Fabric 0 A m — 3 N v 3 y D o c z r (Extend up sidewalp o 3 0 c m N X o m. O O o 0 0 0 o Z m am v 0 Q s= 1 �� •'m < G mm0 mm r ? 00oaivrti CD z z z z zc >Dm 0c m2 m om CD Om � � Z7 � Cl) o 3 .00 m Cn -< mZ ��u, ,n —@ o m s° o m �, 3° m � m m n_ A m= m0 �m D O mci = s m �m m m`° m Cl m ��.c z= DA xU � N D x_ O C7 77 K N. N ° 0- 2).N O- ` 0 °' 3 (a r— 7 00 0 D 0 Z O CD CD M N oa 00 C W W'NOn fU a, O? C QX O c 3 v 7 a- ' ! O z m m m Dy r Z n ogo < II o m v �Q �"-0 m 3 m, O �_, � m o� z -mn m D 3=T =1 my �� a ° m 3 aA m o — m o o D o 'z m C7 o v w I� 7 0 C+ S O p CD 0 N y D p' O m z O O o COm = 5. ai CD CD i < n CD a O v O w m m cz7 w m O z m Z o II Ncflnm a mv�?� v =i �. iv m D� m z D m mm m (A o m ' (D N ZT N 6 < cc,C'„ �. O O N O O Q G) r f-< n O` � r _ = n � N W CD N CD -„ O Q N 0 F 0 (n r -r Z -< r r s m m Qp w CL O Q N y O O V' D m O a° ( o ma CD c m 3 o Eo z m m m z C 3mv C�< < N p m W n7 Cn n o z p n mx� o N A 3 3 a n �_ 3 v o CL CD 3 T. s z o z O m m< c C- (Q x m m m- 0 D 7 CD �, CL D_ CD C7 O' (n (DD �; O W T D < O D (n CQ SD C �. co n C 7 '6 CD r D Z 7J °= pori °' o<i o UCi _ N S °—' S W d 3 (Q IID N o (D m ai a—i D �� o yob mx �= pD -o x -1 0n m O 3 (n = m A r < 0 < G7 � .(7 to O' O O- �, <' G7 0 S o m In O n Sv Dl m O O 3 (D �J „' p A' -' D y 00 O 07 ° Cn G Ci O cf)O y z x m m- �z 3 o v 3 m a o o- r- m C m o m m A o N Q °.. con (7 D �• O (D 00 0) CD o o' O� CyD C CD m A Z m� m C, wCD 0 m o v .m ° obi D z m 3 iv a in a) LMI PROJECT NUMBERm (p (] 7 7 D 45-236 CO _ m Z p w P N O D II \ \ o - � zcl) \ If - �� - ROCKFpRD R p 1--1_ I D i I v I - � 5 - J i II I I I I �rr��11�� om m < 1;u 0 I=I II o �?r iii I I I IIWI II II I �I D 3 �mi o� IZII limn III�II _ �0 I� I 3 >< 'mo I l n Z o cn D N Naz -UI 01 m - °z O I - fOc%% I I CEJ( \ \ p -i (per ro m l m ---I o --- m m K I nl� m z 0 0CID mo � z Km I. rl Q� Nm zc= --Izi 101 o �� 3 a c" xomi Iflll I --Iy0 I I--- I-il ---I \ o CA y z z I I ml fns V` % Z A I I I ic, m _ I;j —I - - I � z I �f171 V`,A I 0 �-n _ —�= c, � o �-------- �-113�2id J _ mm Z'O 5-5-0(0 o ° W z CID 0 0 0 0 0 0 0 cn mom- �� '_am < v w cn � w N ° D N m 0CID ° r.. -a r= o y 1 ^?. ch z z z z z Dm oz m Z D =� `�00 s v ; m mo vJm C aD ° (� z m `e r D 9L °mss- -Ko m = r- co m m O ! Ny=°x� �� Q m D D z° m -I _W v �o o pQ,Y Er v z Z m m Z l, ) m c n @(D """" c w m CID CID �� W m g w x x 7 2 m II f m s 0 D m II No��o=_. ;9 C) z � z D m m 3. o, rn ? � r -0 o Oro m m oz D O m =I w m m x Q m D cn m Z y Im m o-°(oowa°i -°m _ m r `c m n m 2 D m 2 v o 0� o v ro "' w v z G D D m SD o m s 0m o* Z m < n z (n D m A vmi °° > >: o o o r z cin p m m [7 W _ '3 m.� m a o� m 0 z 1 -u O ID N ,�.' R 3 X N n � .Zr1 W 1'I z < No o po°gym co (D z D z o m [7 o m �� =r ','3 S 3° co� m m z A pi ? ► D r N S (� N] N _0 D z < t m m Q m p m m m s ct C) ��m �� m l7 Z Er z ELmo , goa Q o n n n WI PROJECT NUMBER � m < p_ D m m m r Z 45-236 Z -j C, o y D � N Q N N d m a � I \ 'm N a .O m I - S' - cn y O Z �1 N I I I U, U� D _ _ D O O _ I I TO -- � � o I I N I m C7 - - cz> O = o m D = Tl Ill --� f - Cn D�o II v z Z m Cn m�cn --- m III UU) € n cn — -- m r r o ® o 0 ° D -I O °Cn z� L D -- m H p� OG) '�p m DA NZ �' O --� zo mm2 0P D G9 a > o > (A o Z m 0 1 n\ I po 3 vmtn zz W I N m Cl) D n ^ \ ornr m U, m g c � m > --I o m0 cn Min 8" Fabric (Extend up sidewall) n �y - �I z 0 = � Nm II cn II Nx v m 3 II CD 2 v D O K - ril A 02E z III O M> ci � - - - - D D it o m c i c �7 z D ii o m < _ m / m Cn — o \ CUi — _ -- D� A — 0 5 o O G) m a m po — O M — ' m G) 0 N = o W p mm >� I — Dm go m� zo m m r m Z D — Cn O Z �V 6Oi C6J7 A 6W N O O � r` m z� �� z z z z z �m �z z > n 8 m - m m > z O m { O m D m o D c� z cin n g a 0 Z m A D no; � m �3Y q3 �■ TI n GDl r 5 NNN���111��Y11 c w m 0 U) rn G) z $�ti m o cn z �o n c) W r 0 x 0 Gl O m \ 65� g ° W Z m0 z O _ v_ O r M m O co O z ern m n m z D m N m m U) 4 ') r 1 -< (� m -0 r - f: g g z o m m y D m C D n v o m D z o n y 3 Z � O m 70- D cnm z 5m z z �� D m < D� ; . � y' = m �zro r m a s _$ x t,L7 v m n a a m nim sx 8 aS y v D z rA„ a ITTII M roti € ; Ir m _U z N T o o y 0 m x z N$8 oo D z m m LMI PROJECT NUMBER D r Z < 45-236 m 7 n n o � m G 5 � g 3 R 3 g 5 5 � g 3 R 3 g e n g e a 8 o � F " x ►,. :, CORE/BORING LOG & LOCATION PLAN Z p w P N -0i. W O D ' l /W. !� D O oo 00, Z uD m n c m0 XD N m m m ll o Z O o o mz m D o CO z U1 m w w CA) 0 z - cn D n � G) n O D� zm R, F � mG) m> D -u 0 m _mom O \ v,z z m ° m n 1 ro O <D m I o m m 1 Z _ z. = m ROCKFORD 10 z z � RD N -- � zVmo� _ W � n m cn � tDil m OX p D p0Z O 00 z mG) AD _ _ u W G7 D N�Zo Q �m �� Z m m O 1p r C7 C7 U) ° m j_ Z N Do o ,ZOj m D cn r —i -- D z m z m --- NZ o' Z— Zm O -- I CrJ W y A D — — Nm y N N nD o n I m O um) cm) �D m m C7 dM-� O Q Z ° m - — D< c/) N — — — Z a ° o m 4h, W = I D co \ O 3 D x>m m = = \ m D 0� D I A0x m GDi 0D -- �- z K 2 m � o, n G'm N U)m n= xCAr D c mD m� D - Z N D Z - - Z p O o G) nD -- _ D \m m � n m k. Z O cA \ mT1 c \ m j m N z N ° CO O , m _ \ J O I _ r D A m Z o 0 0 0c z 0 ° ° C7 0 z Ol O i ° Q O r m ° = A o z I?1 m I?1 m m ° m D o m 'o a :c Ocl) —6 < zD zD O W r O0 m O N o W� n� z O°A Z, m z WA Z, m WL ZW c� pi? .► Dm �= m Dm A= >m A= m z DA n2 s ct mD mEi Ci mD I z � mD �� N m0 m� A m m m D z Z m < e m O m o m m W W W 00 UJI PROJECT NUMBER (/.) (/.) '_ �.Ai 2 7 � 3 45-236 = = = = = = PROJECT 45236 CORING DATA SHEET LMI Staff KPH Sampled 9/3/2019 Client: PSOmaS JS Project Location: Cameo Highland I Tract 3519 ....................................................................., LaBelle Marvin, Inc. 12700 South Grand Avenue I Santa Ana, CA 92705 1714-546-3468 PAVEMENT CORINGDATA AGGREGATE BASE I SOIL Core Direction Location /Street Name Total Pvmt Cross Type Aggregate Type Native / Soil Type Soil Moist. � ID # J (In) Section Base (In) (3' depth) o % 1 E Cameo Highlad Dr 3 1/2" 13/4" AC 3" AB Lt. Brown Sand 12.1% GPS: 33.590605 -117.855469 13/4" Longitudinal: Lateral: Curb Face Field Notes: Type I Road Slurry 1 W Garrett 3 1/2" 1/2" AC 5 1/2" AB Lt. Brown Sand 8.2% GPS: 33.589983 -117.854659 111 Longitudinal: 211 Lateral: Curb Face Field Notes: Type I Road Slurry 1 E Surrey 4" 1/4" AC 3" AB Brown Sand 10.8% GPS: 33.589845 -117.855478 11/2" Longitudinal: 2 1/4" Lateral: Curb Face Field Notes: Type I Road Slurry 1 S Surrey 3 1/2" 1/4" AC 3 1/2" AB Brown Clayey 16.4% GPS: 33.591595 -117.855478 11/4" Sand Longitudinal: 211 Lateral: Curb Face Field Notes: Type I Road Slurry 1 E Rockford Dr 3 3/4" 1/4" AC 4 1/4" AB Brown Sand 10.9% GPS: 33.592251 -117.859112 11/2" Longitudinal: 211 Lateral: Curb Face Field Notes: Type I Road Slurry 1 W Dorchester 41/4" 13/4" AC 4 3/4" AB Brown Slighly 12.2% GPS: 33.591177 -117.857515 2 1/2" Clayey Sand Longitudinal: Lateral: Curb Face Field Notes: Type I Road Slurry LaBelle Marvin, Inc. 12700 South Grand Avenue I Santa Ana, CA 92705 1714-546-3468 PROJECT 45236 CORING DATA SHEET LMI Staff KPH Sampled 9/3/2019 Client: PSOmaS JS Project Location: Cameo Highland I Tract 3519 ....................................................................., LaBelle Marvin, Inc. 12700 South Grand Avenue I Santa Ana, CA 92705 1714-546-3468 PAVEMENT CORINGDATA AGGREGATE BASE I SOIL Core Direction Location /Street Name Total Pvmt Cross Type Aggregate Type Native / Soil Type Soil Moist. � ID # J (In) Section Base (In) (3' depth) o % 1 N Dorchester 8 3/4" 1" AC 3 1/4" AB Brown Clay 27.9% GPS: 33.559558 -117.855909 111 Longitudinal: 1 1/2" Lateral: Curb Face 13/4" 2 1/2" Field Notes: Type I Road Slurry 1" 1 N Cortland Dr 3 3/4" 13/4" AC 3 3/4" AB Lt. Brown Clayey 24.7% GPS: 33.588905 -117.856347 211 Silt Longitudinal: Lateral: Curb Face Field Notes: Type I Road Slurry 1 E Cameo Highland Dr 3 1/4" 11/4" AC 4 1/4" AB Brown Sand 9.6% GPS: 33.590205 -117.858103 211 Longitudinal: Lateral: Curb Face Field Notes: Type I Road Slurry 1 E Wayne 3 1/2" 11/2" AC 5" AB Brown Sandy Clay 13.1% GPS: 33.591169 -117.859119 211 Longitudinal: Lateral: Curb Face Field Notes: Type I Road Slurry 1 N Rockford PI 3 1/4" 11/4" AC 3 1/4" AB Brown Sandy Clay 13.8% GPS: 33.591257 -117.860311 211 Longitudinal: Lateral: Curb Face Field Notes: Type I Road Slurry LaBelle Marvin, Inc. 12700 South Grand Avenue I Santa Ana, CA 92705 1714-546-3468 GPR AS -BUILT THICKNESS SCANNING MAP �r <D ti m �rmm ?r = zmr M 4:m 3 m 0 =�;oD .W o z -u > m Z n D <n n y O Q ti y z m N O n co D 3 D m m �D0 m A0 2 m m!7 z n mx m i CA r D D n z c v °1 O z D (n Q W N Gn m;VN E: m mM zcl) � G �m n -n Z > m� U)o Z -u --j r m Z --i Z G) i 0 A D m O M � c A —6 0 s a g A A _ m z O D LMI PROJECT NUMBER 0 45-236 Z W cil O D `p 1111 i' iI�i cn g tDnm z-0 O x I` r c D �� X m m n L m n Z m Ill zi+�-rt <� °1pit n ti _ D m �7 }p rn _- rn „L - W W V � W � N D O o C C N � m^ Z O O m CD CD O O O O y zm K coG) G) m Mxm > n m M X 0 nD �- CO V d7 A O O U) W n 0 O D� 3 O O O O p z 0 ° mD m � O - C7 ) A m m --I l cfl Z m m m0 N O n 0 O 1 O O sbD Cfl m o (/) z 0 D fTl O o 11 z xm�xn W m z z O D W W No D o C0 = m m .T p z m (� oo�0 z m oK W cil O D `p 1111 i' iI�i cn g tDnm z-0 O x I` r c D �� X m m n L m n Z m Ill zi+�-rt <� °1pit n ti _ D m �7 }p rn _- rn „L - W W V V Z Z � N D O o C C N < m Dm10' 2 D �DTD°;> Z O O m D� c/) zm K coG) G) m Mxm > NU) mmi X m C) m0 O z m o m p z <z ° pz m D�v ) 2 ffl A � N O " m m0 X_ i 19 sbD Cfl v o o 0 z 0 W cil O D `p 1111 i' iI�i cn g tDnm z-0 O x I` r c D �� X m m n L m n Z m Ill zi+�-rt <� °1pit n ti _ D m �7 }p rn _- rn „L - z2y0DG) � A(�z� 4h, W V V Z Z � N M- D D mz m 2Dv T o C C N < m Dm10' 2 D �DTD°;> Z O DN o, pv�mmm K coG) p.D TOS T<z o_ NU) m 0 X D -20-'o Z2 O 1 mc) X D m mmr Omi c m Q <z ° pz m D�v (,Oj 2 ffl A � N o o m m0 X_ i Z XD Cfl v o o z2y0DG) � A(�z� 0 w V V Z Z � N M- D D mz m 2Dv T o C C N < m Dm10' 2 D �DTD°;> Z O DN Zo mND pv�mmm �j �� p.D TOS T<z o_ mG wu m� T 0D D -20-'o Z2 O mz �D mmr { Z s= m0 x m f-, nODCm) lmxamm D pz wa O D�v (,Oj 2 z OS.m Dm m m0 X_ mD,D r mm XD m O (mn0 ZCANv nnmom- o 0 z 0 D n D O o 11 z xm�xn W m z O D W W C 0 2 Z O{T 1 m D N m D = m m .T p oo�0 z m oK 1 m co CMQZz TO Danzv Z� m x Z 0 w 0 N O � N O co F o C C N < m (� m 0 O 0 o < A m m O z O 00 mG O Z { m o T N m z ° { Z m - m Ln D 00 O z o (,Oj z , <m ) Dm 02 m mm XD 0 N mj m ZA m D A O o ° W W z W W p e° .113�12�d�� • �., a O c ) c ) m m m m O r zi z G .00D V < m G) 0 W m O DA n= m DA n= c) " mG) m� o m� m> s m� o m m� { e m W QO W 0 w N O � 3 O co F N N L7 n D A < A m m 0, m O 00 mG O Z { m o T N m z ° m m - m M m0 A Q O z i o co N 0 <m ) 1p ZV m -< v o 0 N 0 w � 3 N N L7 n D A 3 0o0 0, m o mG F O o m> M Z A m m - M m0 A Q O z i o m <m ) O m -< ° z) N 19 m ZA m D A O o ° C0 0 w O a W N A O 0D m C, 0 F O 0 z M Z A mG mD m m A m� O o m 0 \ r Z O Ul � W 3 z) N m D ° C0 z p e° -� 0 O a O A o m C, 0 F O 0 N M Z 0D of Dm O A m o M m 0 \ Ul � W 3 N N APPENDIX D R -VALUE SOILS TESTING RESULTS LM aBeL�Marvin PROJECT No. DATE: 45236 9/11/2019 R -VALUE DATA SHEET BORING NO. Subgrade 9-9 Cameo Highland Drive Cameo Highlands SAMPLE DESCRIPTION: Brown Sand ..................................................................... �� 1 SPECIMEN ID a b c Mold ID Number 7 8 9 Water added, grams 88 73 66 Initial Test Water, % 13.8 12.2 11.5 Compact Gage Pressure,psi 350 350 350 Exudation Pressure, psi 212 460 688 Height Sample,lnches 2.45 2.44 2.43 Gross Weight Mold, grams 3033 3017 2835 Tare Weight Mold, grams 1953 1948 1772 Sample Wet Weight, grams 1080 1069 1063 Expansion, Inches x 10exp-4 0 5 8 Stability 2,000 lbs (160psi) 25 / 47 17 / 29 15 / 26 Turns Displacement 4.23 4.15 4.10 R -Value Uncorrected 59 73 76 R -Value Corrected 59 72 75 Dry Density, pcf 117.4 118.3 118.9 DESIGN CALCULATION DATA Traffic Index Given: 5.0 Equilibrium R -Value 5.0 5.0 G.E. by Stability QROFESSIpyq ��� J� R. ��P �2c � y Z 2 `L 3065 � 0.52 0.36 0.32 REMARKS: G. E. by Expansion 0.00 0.17 0.27 The data above is based upon processing and testing samples as received from the field. Test procedures in accordance with latest revisions to Department of Transportation, State of California, Materials &Research Test Method No. 301. LaBelle Marvin, Inc. 2700 South Grand Avenue I Santa Ana, CA 92705 1714-514-3565 65 Examined &Checked: 9 /11/ 19 Equilibrium R -Value by EXUDATION QROFESSIpyq ��� J� R. ��P �2c � y Z 2 `L 3065 � Gf = 1.25 2.8% Retained on the REMARKS: 3/4" Sieve. S e 9 OFCA��E The data above is based upon processing and testing samples as received from the field. Test procedures in accordance with latest revisions to Department of Transportation, State of California, Materials &Research Test Method No. 301. LaBelle Marvin, Inc. 2700 South Grand Avenue I Santa Ana, CA 92705 1714-514-3565 s m m ry s 'Sa3'3llOSS3ad NODVdWOJ J N s N m O J 0 - a a x ■ a > m m I m~ m f N ti 0 ul 'i v 2 2 a Ii i .,II La O O m E m N U U � N F O Z O Z ■ v G Z 0 N s N m O F 0 x ■ f 0 a Ii i .,II m '"NONVanN/NOISNVdX3Aa SS3NNJIH383AOJ ~ is m Ii i .,II is SII III Illill�jIIIIIIIIIIIIIIIIIII1��1111�1111�,0 'l NOLLVann Ae SS3NNJIH3 M3AOJ m F � N F sx ■ a SII III Illill�jIIIIIIIIIIIIIIIIIII1��1111�1111�,0 'l NOLLVann Ae SS3NNJIH3 M3AOJ LAAR - VALUE DATA SHEET Best ern PROJECT No. 45236 DATE: 9/8/2019 BORING NO. Subgrade 9-7 Dorchester Cameo Highlands SAMPLE DESCRIPTION: Brown Clay .................................................................. RmVALUE TESTING DATA I CA TEST 301 Item a b c Mold Number 8 Equilibrium R -Value G.E. by Stability Water added, grams 114 EXUDATION G. E. by Expansion Initial Test Water, % 26.7 Gf = 1.25 Compact Gage Pressure,psi 50 w Exudation Pressure, psi 552 . Marvin, R 9 Height Sample, Inches 2.58 Gross Weight Mold, grams 2955 Tare Weight Mold, grams 1948 Sample Wet Weight, grams 1007 Expansion, Inches x 10exp-4 100 Stability 2,000 lbs (160psi) 62 / 141 Turns Displacement 3.48 R -Value Uncorrected 9 R -Value Corrected 9 Dry Density, pcf 93.3 DESIGN CALCULATION DATA Traffic Index Given: 5.0 Examined &Checked: 9 /5/ 19 Equilibrium R -Value G.E. by Stability 1.16 EXUDATION G. E. by Expansion 3.33 The data above is based upon processing and testing samples as received from the field. Test procedures in accordance with latest revisions to Department of Transportation, State of California, Materials &Research Test Method No. 301. 5 or less Examined &Checked: 9 /5/ 19 Equilibrium R -Value by EXUDATION �OQ�pFESS1OAr. Gf = 1.25 w REMARKS: Sample Exuded . Marvin, R 9 @ 552 psi. CIV1l� The data above is based upon processing and testing samples as received from the field. Test procedures in accordance with latest revisions to Department of Transportation, State of California, Materials &Research Test Method No. 301. APPENDIX D R -VALUE SOILS TESTING RESULTS LM LaBelle Marvin R -VALUE DATA SHEET PROJECT No. 45236 DATE: 9/5/2019 BORING N0. Subgrade 9-10 Cameo Highlands SAMPLE DESCRIPTION: Brown ..................................................................... SPECIMEN ID a b c Mold ID Number 1 2 3 Water added, grams 70 36 47 Initial Test Water, % 14.4 10.9 12.0 Compact Gage Pressure,psi 40 120 70 Exudation Pressure, psi 176 469 340 Height Sample, Inches 2.53 2.37 2.44 Gross Weight Mold, grams 3064 3033 3055 Tare Weight Mold, grams 1954 1946 1958 Sample Wet Weight, grams 1110 1087 1097 Expansion,Inchesx 10exp-4 0 0 0 Stability 2,000 lbs (160psi) 69 / 146 37 / 94 47 / 112 Turns Displacement 4.11 3.33 3.75 R -Value Uncorrected 6 35 22 R -Value Corrected 6 32 21 Dry Density, pcf 116.2 125.3 121.6 DESIGN CALCULATION DATA Traffic Index Given: 5.0 Equilibrium R -Value 5.0 _ QROFESSIONq� � � 3 , z S.0 G.E. by Stability 3.8%Retained on the 1.20 0.87 3/4" Sieve. 1.01 en I G. E. by Expansion 0.00 OFCAI�F 0.00 0.00 The data above is based upon processing and testing samples as received from the field. Test procedures in accordance with latest revisions to Department of Transportation, State of California, Materials &Research Test Method No. 301. LaBelle Marvin, Inc. 2700 South Grand Avenue I Santa Ana, CA 92705 1714-514-3565 17 Examined &Checked: 9 /5/ 19 Equilibrium R -Value by EXU DATION _ QROFESSIONq� � � 3 , z 3.8%Retained on the REMARKS: 3/4" Sieve. en I OFCAI�F The data above is based upon processing and testing samples as received from the field. Test procedures in accordance with latest revisions to Department of Transportation, State of California, Materials &Research Test Method No. 301. LaBelle Marvin, Inc. 2700 South Grand Avenue I Santa Ana, CA 92705 1714-514-3565 'sel'3ansS3Vd HODVdWOJ N a o 'NOI1tlOnX3/NoISNtldX3 A9 SS3NNJIH1ll3AOD k 'Li'NOI1tlOnX3 A9553NNJIHI L3AOJ 0 a " x ■ 'Li'NOI1tlOnX3 A9553NNJIHI L3AOJ APPENDIX E TENCATE° Specifications, Design, Warranty and Disclaimer 2/5/2020 ��OTENCATE--: 10.00 8.00 6.00 4.00 2.00 0.00 HMA Project Analysis TenCate Geosynthetics North America CalTrans Pavement Analysis Report Project Name: Cameo Highlands Project Analysis for: 5Analysis 1 Report Date: 2/6/2020 Report Run By: Ruta Bandziulis Traffic Index (TI) 5.00 SFac 0.20 RTHMA4.20 Base RAB 78.00 GFAB 1.10 GEAB 0.55 GEAB 0.45 RTAS 10.32 Subgrade RSG 6.00 GESG1.50 GETOT-HMA 0.95 CBR: 1.65 Geosynthetic Used: Mirafi® RS580i Product Spec Sheet for RS580i 10.32 in (w/o RS580i) Base 6 in (w/ RS580i) Total Savings Base = 4.3 inches, OR 844.8 yd3 per lane/mile (41.9% per lane/mile) The information herein is accurate to the best of our knowledge. TenCate Geosynthetics North America assumes no liability for the accuracy or completeness of this information or for the ultimate use by the purchaser. TENCATE GEOSYNTHETICS NORTH AMERICA DISCLAIMS ANY AND ALL EXPRESS, IMPLIED, OR STATUTORY STANDARDS, WARRANTIES, OR GUARANTEES, INCLUDING WITHOUT LIMITATION ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE arising from a course of dealing or usage of trade as to any equipment, materials, or information furnished herewith. This document should not be construed as engineering advice. Users should satisfy themselves through independent investigation that these materials might be used safely. No warranty or guarantee, expressed or implied, is made regarding the performance of any product, since the manner of use and handling are beyond our control. Any and all design related to a product will be the responsibility of the project engineer and/or registered engineer of record. 365 South Holland Drive Tel 706 693 2226 Fax 706 693 4400 fpd.tcmirafi.net/Report.aspx?ProjectlD=77476&CaIcID=85205&ReportType=Analysis 1/2 TENCATE Miraf i° TENCATE GEOSYNTHETICS Americas CDPJFINEh1ENT 'FILTRATION REINFORCEMENT SEPARATIDN Mirafi° RS580i is a specially designed geosynthetic that integrates the key performance characteristics to maximize performance. Extensive performance testing has been performed per AASHTO and FHWA guidelines to validate performance for both paved and unpaved roads. Roadway Design and Guidance Unit Roll Value Performance Properties Mirafi° Unit RS580i (Maximum Roll Value) 19 TENCATE GEOSYNTHETICS Americas CDPJFINEh1ENT 'FILTRATION REINFORCEMENT SEPARATIDN Mirafi° RS580i is a specially designed geosynthetic that integrates the key performance characteristics to maximize performance. Extensive performance testing has been performed per AASHTO and FHWA guidelines to validate performance for both paved and unpaved roads. Roadway Design and Guidance Unit Roll Value Performance Properties Document / Unit Design / Calibration Value (Maximum Roll Value) Test Method (mm) Base Course MR Improvement Factor' AASHTO R50-09 --- 1.40 Subgrade MR Improvement / Increase2 AASHTO R50-09 IM/in 9,000 (62.0) UV Resistance ASTM D4355 kip/ft MD CDkN/m Cyclic Tensile Modulus: JCyCi;C3 ASTM D7556 ( ) 60 (876) 160 (2,336) Resilient Interface Shear Stiffness: Gia ASTM D7499 kMPa2 329 (2,268) Traffic Benefit Ratio: TBR4,5,6 AASHTO R50-09 --- 9.0 / 13.1 / 39.0 Interaction Coefficient: G' ASTM D6706 --- 0.90 Pore Pressure Dissipation Ratio4 Measured --- 2.0 Typical Dynamic Filtration Pore Size 096 / 060 8 ASTM D6767 microns 337/192 Maximum Percent Open Area: MPOA9 ASTM D6767 Percent 7.3 Tensile Strength @ 2% Strain (MARV) ASTM D4595 Ib/ft (kN/m) 480 (7.0) 1,800 (26.3) Tensile Strength @ 5% Strain (MARV) ASTM D4595 I Ib/ft (kN/m) 1,440 (21.0) 4,380 (63.9) Index Properties Test Method Unit Roll Value Apparent Opening Size, AOS ASTM D4751 U.S Sieve 40 (0.425) (Maximum Roll Value) (mm) Hydraulic Flow Rate (MARV) ASTM D4491 gal/min/ft2 (1/min/m2) 75 (3,056) Permittivity (MARV) ASTM D4491 sec-' 1.0 UV Resistance ASTM D4355 % strength 90 (at 500 hours exposure) retained FGS000703 ETQR17 �VAUTY /` sSURPNG GAI-LAP-25-97 TENCATE Miraf 1� TENCATE GEOSYNTHETICS Americas Notes: Value Determined from Results of Independent Testing Performed at Kansas State University in accordance with NCHRP Report 512 "Accelerated Pavement Testing: Data Guidelines" and AASHTO R50-09 Geosynthetic Reinforcement of the Aggregate Base Course of Flexible Pavement Structures." Multiplier for Unbound Granular Material; for SG MR between 4.5 and 6.9 ksi (30.9 and 47.4 MPa). 2 Value Determined from Results of Independent Testing and Geosynthetic Calibrations to AASHTOWare ME Reported by NCHRP 01-50 "Quantifying the Influence of Geosynthetics on Pavement Performance." Subgrade MR Increase for SG MR between 5 and 25 ksi (69 and 172 MPa). 3 Value Determined from Results of Independent Testing and Geosynthetic Calibrations Reported by WTI / MTSU "Relative Operational Performance of Geosynthetics Used as Subgrade Stabilization." Cyclic Tensile Modulus Measured at 2% Permanent Strain; Resilient Interface Shear Stiffness Normal Stress = 5.08 psi (35 kPa); Interface Shear Stress = 0.73 psi (5 kPa). ° Value Determined from Results of Independent Testing Performed at GeoTesting Express (GeoComp) "A Laboratory Evaluation of the Performance of TenCate Mirafi® Geosynthetics in Roadway Stabilization Applications — Georgia Silt Subgrade," September 1, 2011. 9 -kip {40 kN) Wheel Load, SG CBR = 1%, 12 -inch (300 -mm) Crushed Aggregate BC (CBR > 25%), 3 -inch (75 -mm) Rut Depth. 5 Value Determined from Results of Independent Testing Performed at LTRC "Performance of Reinforced—Stabilized Unpaved Test Sections Built Over Native Soft Soil Under Full -Scale Moving Wheel Loads," TRR Volume 2511, 2015. Measured at 0.34 -inch (8.64 mm) Rut Depth; Peak Pore Pressure 6 -inches (150 mm) Below Geosynthetic. I Value Determined from Results of Independent Testing Performed at GeoTesting Express (GeoComp) "A Laboratory Evaluation of the Performance of TenCate Mirafi® Geosynthetics in Roadway Stabilization Applications — Montana Clay Subgrade," September 1, 2011. 9 -kip (40 kN) Wheel Load, SG CBR = 1.8%, 8 -inch (200 -mm) Rounded Aggregate BC (CBR > 25%), 3 -inch (75 -mm) Rut Depth. ' Interaction Coefficient value is for sand (SP) or gravel (GW) based on testing conducted by SGI Testing Services. 8 Typical Value Determined from Specimen Results of Independent Testing Performed at TRI Environmental, Various Dates. 9 Maximum Value Determined from Specimen Results of Independent Testing Performed at TRI Environmental, Various Dates. U.S. Patent 8,333,220 and 8,598,054 TenCate, Mirafi, and the color ORANGE used in connection with geosynthetic or geotextile products are registered and/or unregistered trademarks of Nicolon Corporation. Disclaimer: TenCate assumes no liability for the accuracy or completeness of this information or for the ultimate use by the purchaser. TenCate disclaims any and all express, implied, or statutory standards, warranties or guarantees, including without limitation any implied warranty as to merchantability or fitness for a particular purpose or arising from a course of dealing or usage of trade as to any equipment, materials, or information furnished herewith. This document should not be construed as engineering advice. Mirafi® is a registered trademark of Nicolon Corporation FGS000703 ETQR17 Copyright © 2018 Nicolon Corporation. All Rights Reserved. OPAL/TI- (� �J_ q== - a GAI-LAP-25-97 Giroud - Han Method for Unpaved Gravel Roadways using Geotextile Project Information: Cameo Heighlands, City of Newport Beach ' �® 0.9e ' � �:•�i��i� �:\• iii Instructions for using t is s eet. 1. ONLY CHANGE THE INPUT VALUES OF THE US Std COLUMN THAT ARE RED AND IN SHADED CELLS. 2. ALL OTHER VALUES ARE EITHER CONSTANTS OR CALCULATED. 3. THE G.H. EQUATION CONVERGES UPON ITSELF, HOLD "Ctrl C" or Click this Button �WULATE THE REQUIRED THICKNESS. Choose a Mirafi RSi or H2Ri product from the drop DOWN menu to the left US Std Estimated thickness of compacted aggregate (gravel) In = Calibration factor for Geosynthetic used in design (see below for values) CF = Number of axle passes (ESAL's) N = Limited modulus ratio of compacted aggregate to subgrade soil (typical 5.0) RE = Wheel Load (enter 1/2 the axel load to get wheel load) P = Tire Pressure (typical 100 psi) _ radius of equivalent tire contact area r = allowable rut depth (mm; 50 <= s <= 100 --> 2" <= s <= 4") s = reference rut depth (3") fs = bearing capacity factor (3.14 unreinforced, 5.14 geotextile, 5.71 geogrid) N, = Subgrade Soil Strength CBR = undrained shear strength of subgrade (30 kPa x CBR; 1%<= CBR <= 5%) Cu = 49.5 kPa FS = Thickness of compacted aggregate (gravel) In = Required Thickness of compacted aggregate (gravel) hREQ = 0.13 m SN = Mirafi RS580i: US Std SI 3.3 in = 0.08m 0.031 - 0.031 1000 = 1000 5 = 5 6500 Ib = 28.9 kN 100 psi = 689.5 kPa 4.5 in = 0.11 m 1.75 in = 44 mm 3.0 in = 75 mm 5.14 = 5.14 1.65 = 1.65 1034 psf = 49.5 kPa 1.50 = 1.50 3.5 in = 0.09m 5.2 in 0.13 m 1.40 SN = Mirafi RS580i: 0.11 m 1 l.s 28.9 kN 0.868 +0.031 1 x 31 h- 0.08 m x 0.0406 m^2 _ 1 x 0.11 m 1 +� 0.204 x 4 r 44 mm 1 x[ 1-[10.9 a -1918])x 254.4 kPa l 75 mm J 1.020 r 712.0 kPa 1 h 1.816 �9l 0.6 x 0.868 x 254.4 kPa - 1 J x 0.11 m= 0.5614 x 1.4 x 0.11 m = 0.086 m A h 3.5 in 0.2 Unreinforced: - 1 0.868 +0.661 r 0.11 ml is x 3 0428.9 kN h l 0.43 m J x 0.06 m^2 _ 1 x 0.11 m 1 +( 0.204 x 4 , 4- -001 x 1 - 0.9 e x 155.5 kPa 75 mm h = 1.141 (712.0 kPa _ 1 J x 0.11m = 0.6284 x 5.964 x 0.11 m = 0.426 m 0.6 x 0. 1.816 162 x 155.5 kPa = 17.0 in Unreinforced: US Std SI 17.0 in = 0.43m 0.661 = 0.661 1000 = 1000 5 = 5 6500 lb = 28.9 kN 100 psi = 689.5 kPa 4.5 in = 0.11 m 1.8 in = 44 mm 3.0 in = 75 mm 3.1415 = 3.1415 1.65 = 1.65 1034 psf = 49.5 kPa 1.50 = 1.50 17.0 in = 0.43m 17.0 in 0.43 m 2.56 =h = CF =N = RE =P =r =s = f, = Nc = CBR = C" =h Aggregate Savings 18.0 in 16.0 in n� 14.0 in 0 12.0 in 10.0 in 8.0 in 6.0 in 4.0 in 2.0 in 0.0 in Required Aggregate Thickness =h = CF =N = RE =P =r =s = f, = Nc = CBR = C" =h Subgrade Soil Strength Parameter Conversion Just Input your Subgrade Strength value in the "Data Input' column next to approproate row, and the corresponding CBR value for use in design will al Strength Parameter R-Value (CA) C (Shear Str.) (psi) R-Value (WA) S (Soil Support Value) AASHTO 1993 Resilient Modulus (MR) (psi) AASHTO MEPDG Resilient Modulus (MR) (psi) Modulus of SG Reaction (k) (pci) AASHTO 3 PT. LBR (Limerock Baring Ratio) (Florida) Texas Triaxial Class Group Index Static CBR Dynamic CBR Data Input 6.00 4.17 1.50 0.00 4000.00 4000.00 0.00 0.00 2.50 0.00 0.00 0.00 0.00 Sheet the parameter in the ppear next to it. CBR Value (%) 1.65 0.96 1.59 2.67 2.01 2.00 APPENDIX B CONSTRUCTION PHASING PLAN Page 31 of 33 41, ye q'y roc E COAST HWY NOTES 1. CONTRACTOR IS ALLOWED TO CHANGE THE ORDER WITH APPROVAL FROM CITY IN ADVANCE. 2. EACH PHASE SHALL BE COMPLETED PRIOR TO STARTING THE NEXT PHASE CONTRACTOR TO PROVIDE 2 FLAGMEN AT EAST COAST HIGHWAY ENTRANCE TO THE TRACT WHILE CLOSING DOWN TO ONE LANE FOR WORK AT THIS INTERSECTION. THIS COST SHALL BE INCLUDED IN THE TRAFFIC CONTROL BID ITEM. Mary \L I FORM PUBLIC WORKS DEPARTMENT CAMEO HIGHLANDS STREET RECONSTRUCTION C-7067-2 CONSTRUCTION PHASING PLAN CONSTRUCTION PHASES: - PHASE 0 (TEST SECTION) PHASE 1 - PHASE 2 PHASE 3 PHASE 4 PHASE 5 1' 1" = 200' c� 0 w m 0 J 0 U 0 z Q m / m x w m 0 z w N O 00 O Q0 O W Z N I d 00 0 r7 I O N O N L APPENDIX C MIRAFI RS580i INSTALLATION GUIDELINE Page 32 of 33 ;�°TENCATE Miraf 1° Prepared by: INSTALLATION GUIDELINES GEOSYNTHETICS USED IN SUBGRADE STABILIZATION TenCate Geosynthetics Americas 365 South Holland Drive Pendergrass, GA 30567 Tel. (706) 693-2226 Fax (706) 693-2044 www.tencate.com July, 2013 Page 1 of 6 July 2013 As TENCATE INSTALLATION GUIDELINES Miraf 1° General This document is prepared to help ensure the geosynthetic soil reinforcement, once installed, will perform its intended design functions. To do so, the geosynthetic must be identified, handled, stored and installed in such a way that its physical property values are not affected and the design conditions are ultimately met as intended. This document does not account for every possible construction scenario. However, this document contains information consistent with generally accepted practices of identifying, handling, storing and installing geosynthetic materials for most roadway applications. If you have questions regarding a specific project or encounter conditions other than those described herein, call 888-795-0808. Failure to follow these guidelines may result in the unnecessary failure of the geosynthetic in a properly designed application. Material Identification, Storage and Handling The geosynthetic shall be rolled on cores having strength sufficient to avoid collapse or other damage from normal use. Each roll shall be wrapped with a plastic covering to protect the geosynthetic from damage during shipping and handling. Each roll shall be identified with a durable gummed label or the equivalent, clearly legible on the outside of the roll wrapping. The label shall indicate the manufacturer's name, the style number and the roll number. Upon delivery, check the TenCate Mirafi° geosynthetic roll labels to verify the correct product has been received. Immediately inspect the geosynthetic to ensure it is free of any flaws or damage that might have occurred during shipping or handling. While unloading or transferring the geosynthetic from one location to another, prevent damage to the wrapping, core, label or the geosynthetic itself. If the geosynthetic is to be stored for an extended period of time, the geosynthetic shall be located and placed in a manner that ensures the integrity of the wrapping, core and label as well as the physical properties of the geosynthetic. This can be accomplished by elevating the geosynthetic off the ground on dunnage and ensuring that it is adequately covered and protected from ultraviolet radiation, chemicals that are strong acids or strong bases, fire or flames including welding sparks, temperatures in excess of 140° F (60° C), and human or animal destruction. Page 2 of 6 July 2013 As TENCATE Miraf 10 ' Geosynthetic Placement and Overlap Image 1- Subgrade Preparation The geosynthetic reinforcement shall be placed directly on the prepared subgrade (Image 2). It should be rolled out flat and tight with no folds or wrinkles. Unroll the geosynthetic in the direction of travel so that the machine direction (i.e., long axis) of the roll is parallel with channelized traffic patterns. Adjacent rolls should be overlapped along their sides and ends as a function of subgrade strength as follows: CBR >: 3% 12" to 18" (30-45 cm) overlap 1%:5 CBR < 3% 24" to 36" (60-90 cm) overlap 0.5%:5 CBR < 1 % 36" (90 cm+) or Sewn* CBR < 0.5% Sewn* INSTALLATION GUIDELINES Clear, grub and excavate (as required) to the plan subgrade or undercut elevation, stripping topsoil, deleterious debris and unsuitable material from the site. Cut stumps and other projecting vegetation as close and even to the ground surface as practical. Specialized equipment with low ground pressure, as directed by the Engineer, may be required for very soft soils (CBR <_ 1.5%) to minimize subgrade disturbance. In addition, it may also be beneficial to leave root mats in place in such instances. The surface of the subgrade should be relatively smooth and level (Image 1), and depressions or humps greater than 6 inches (15 cm) should be graded out (i.e., back bladed/back dragged). Image 2 - Geosynthetic Deployment * Please contact your local TenCate Geosynthetics representative for recommended sewing practices. Page 3 of 6 July 2013 ;�°TENCATE Miraf 1° INSTALLATION GUIDELINES If the need for 40" inches (1 M) of overlap is reached, it is strongly suggested that the overlap is sewn or otherwise adhered to limit the potential formation of a slip plane between the overlapped panels. Note: very heavy loading and very soft subgrades will also warrant sewn seams instead of overlapping panels. Prior to fill placement, the geosynthetic can be held in place using U-shaped sod staples or simply by strategically placing shovelfuls of the fill to weigh down the geosynthetic. Overlap ("shingle") the geosynthetics in the direction fill will be spread to avoid peeling -back of the geosynthetic at overlaps by the advancing fill, just as shingles on a roof are installed to prevent water flowing beneath the adjacent row of shingles below. Cut and overlap the geosynthetic to accommodate curves. Cutting may be done with sharp shears, razor knives or handheld power (i.e., "cutoff') saws. Cut the geosynthetic to conform to immovable protrusions, such as manhole covers and vertical utilities. Fill Placement Aggregate fill, as specified, should be placed directly over the geosynthetic in 8 - 12 (20-30 cm) inch loose lifts. Typically, if the design section thickness is <- 16 inches (40 cm), the entire section should be placed and compacted in one single lift to minimize further degradation of the subgrade. On relatively competent subgrades (CBR >! 4%), standard, highway -legal, rubber -tired vehicles (end dumps and belly dumps) may be driven over the exposed geosynthetic at slow speeds (less than 5 mph [8 km/hr]), and in straight paths. These vehicles can dump aggregate fill as they advance, provided this construction traffic will not cause significant rutting upon bare subgrade. Sudden braking, sudden starting and sharp turning should be avoided. Tracked construction equipment must not be operated directly upon the exposed Image 3 - End dumping aggregate geosynthetic. A minimum aggregate fill thickness of 6 inches (15 cm) is required prior to operation of tracked equipment on the geosynthetic. In addition, turning of tracked equipment should be kept to a minimum to prevent tracks from displacing the fill and damaging the geosynthetic. Page 4 of 6 July 2013 As TENCATE Miraf 10 ' Over softer subgrades (CBR < 4%), aggregate fill should be end -dumped from the edge of the previously placed material (Image 3), spreading from the middle outward (Image 4). Compaction Standard compaction methods may be used unless the soils are very soft (CBR:5 1.5%). In such cases, static compaction with a light smooth drum roller is considered prudent (Image 5). Once a stable working platform has been INSTALLATION GUIDELINES a Image 4 - Spreading aggregate over geosynthetic achieved, compact aggregate fill to project specifications, after it has been graded smooth and before it is subjected to accumulated traffic. Aggregate Fill Considerations Preferred (not required) fill gradation for roadway applications is well -graded crushed aggregate fill with a maximum particle size of 1'/2 inches (40 mm) and less than 10% fines (passing #200 sieve). For unpaved applications, most clean granular fills, including sands are acceptable. Installation and Repairs for Utility Cuts or Damaged Areas Image 5 - Smooth Drum Roller Repairs to roadway reinforcement geosynthetics can be made in the field by placing a repair panel or patch over the damaged area. The repair panel should extend a minimum of 3 ft (0.9 m) beyond the edges of the damaged geosynthetics as shown in Image 6. Pullout and/or direct sliding calculations should be performed by the project engineer to verify the minimum required overlap length to meet a specific project's requirements. Page 5 of 6 July 2013 ;�°TENCATE Miraf 1° Aggregate Base Omme `�'.�A�phelll Subgrade Soil INSTALLATION GUIDELINES Original Geosynthetic Layer eosynihetic Repair Panel 3 ft Overlap. Typical -j Udlily Cul + Al Repair ,area Image 6 — Typical Utility Cut Geosynthetic Repair Detail (NTS) When placing roadway reinforcement geosynthetics in trenches or against excavations that terminate at existing curb and gutter, the geosynthetic can be wrapped up the sides of the excavation as shown in Image 7. Doing so provides extra embedment for the geosynthetic to resist pullout and sliding forces by sandwiching the material between the vertical faces of the existing materials and the newly compacted fill. Image 7—Extending the Geosynthetic Reinforcement up a Vertical Face Disclaimer: TenCate assumes no liability for the accuracy or completeness of this information or for the ultimate use by the purchaser. TenCate disclaims any and all express, implied or statutory standards, warranties or guarantees, including without limitation any implied warranty as to merchantability or fitness for a particular purpose or arising from a course of dealing or usage of trade as to any equipment, materials, or information furnished herewith. This document should not be construed as engineering advice. © TenCate Geosynthetics Americas 2013 Page 6 of 6 July 2013 AGGREGATE BASE COURSE MIRAFI RS580i SUBGRADE--,, �RV SUBGRADE STABILIZATION WITH RS580i ROAD CROSS SECTION NOT TO SCALE TENCATE TYPICAL ROAD SUBGRADE STABILIZATION GEOSYNTHETICS WITH RS5B0i 365 SOUTH HOLLAND DRIVE STANDARD DETAIL EXHIBIT NOT FOR CONSTRUCTION PENDERGRASS, GEORGIA 30567 A-1 TEL: (706) 693-2226 DATE 6/21/19 WWW.TENCATEGEO.US DIRECTION OF CAPILLARY SUCTION - I. 15' ROLL WIDTH N. SUPERELEVATED SUBGRADE PLAN VIEW NOT TO SCALE MINIMUM REQUIRED OVERLAP SOIL CBR MINIMUM OVERLAP >3 1.0-1.5FT 1-3 2.0-3.0FT 0.5 - 1 3.0 FT OR SEWN < 0.5 SEWN ALL ROLL ENDS 3.0 FT OR SEWN -DIRECTION OF CAPILLARY SUCTION I DIRECTION OF CAPILLARY SUCTION - I I_ n Cl Mil i Xnnnri i _ I CROWNED SUBGRADE PLAN VIEW NOT TO SCALE APPENDIX D CNB DWG 924-L Page 33 of 33 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 NOT TO SCALE S \� \ � - 7��7 \L I F ORS% PUBLIC WORKS DEPARTMENT CAMEO HIGHLANDS STREET RECONSTRUCTION CONTRACT NO. 7067-2 PROJECT NO. 20R21 I ^ APPROVED: DAVID A. WEBB, P.E., SYMBOL ABBREVIATIONS LEGEND (IN ADDITION TO GREENBOOK SECTION 1-3.2) _0_ POWER POLE ARV SEWER CLEANOUT QS SEWER MANHOLE ® STORM DRAIN MANHOLE >Oa FIRE HYDRANT No WATER METER ® GAS METER ® STREET LIGHT PULL BOX ® TRAFFIC SIGNAL PULL BOX r STREET LIGHT ® WATER VALVE C- GUY WIRE n SURVEY MONUMENT b SIGN ® RISER / VENT 0 TREE m IRRIGATION CONTROL VALVE ® CABINET ® CORING LOCATION © COMMUNICATION MANHOLE ® COMMUNICATION VAULT ® ELECTRICAL MANHOLE ® ELECTRICAL PULL BOX T TELEPHONE MANHOLE ® UTILITY VAULT 0 CURB DRAIN ..... BUILDING - - - - EXISTING CONSTRUCTION - - -- PROPERTY LINE LT NEW CONSTRUCTION - -�- - CENTERLINE ----5- - SEWER LINE - -W- - WATER LINE - --G- -- GAS LINE E ELECTRICAL LINE T TELEPHONE LINE -CATV- CABLEVISION LINE ST STREET LIGHT LINE SP SPRINKLER SYSTEM x -x -x- FENCE .r BLOCKWALL AB AGGREGATE BASE ARV AIR RELIEF VALVE ACP ASBESTOS CEMENT PIPE AC ASPHALT CONCRETE BC BEGIN CURVE BCR BEGIN CURVE RETURN BVC BEGIN VERTICAL CURVE BLK BLOCK CATV CABLE TV CI CAST IRON CENTERLINE CNB CITY OF NEWPORT BEACH CL CLASS CLR CLEAR C&G CURB AND GUTTER E EAST/ELECTRIC EC END CURVE ECR END CURVE RETURN EVC END VERTICAL CURVE EXIST EXISTING FLG FLANGE FE FLANGED END FL FLOW LINE FM FORCE MAIN G GAS GV GATE VALVE GB GRADE BREAK GE GROOVED END IP&T IRON PIPE AND TAG LT LEFT MAX MAXIMUM MJ MECHANICAL JOINT MIN MINIMUM NG NATURAL GROUND N NORTH NTS NOT TO SCALE NO NUMBER OG ORIGINAL GROUND PE PLAIN END PROP PROPOSED PB PULL BOX RCP REINFORCED CONCRETE PIPE RET RETAINING RT RIGHT SCH SCHEDULE S SEWER SCO SEWER CLEANOUT SMH SEWER MANHOLE SHT SHEET SW SIDEWALK S SOUTH SCE SOUTHERN CALIFORNIA EDISON SNS STREET NAME SIGN SQ SQUARE STL STEEL T TELEPHONE W WEST/WATER W/ WITH NEW AC PAVEMENT APPROVED: LIMITS OF PAVEMENT RECONSTRUCTION LIMITS OF CONCRETE IMPROVEMENTS WORKS DIRECTOR OULIHIAN, P.E., DEPUTY PWD / CITY ENGINEER DATE: 4700 \ \fa 4W1 4589 4516 001 4881 IBiS 4821 4617 ,15 Q01 9 4698 4500 4516 022 4M 4810 4616 1824 dt'S 1•� +aaB - ,n BBo 1818 ,824 _ 4501 4507 1515 4521 4801 4607 4615 4621 e 4866 nz> 830 4]16 4131 801 g^ 4589 4wa utz 451e 00a alae 4eu qm9 46p2 � 46,s 4e2s am, i4 \ 51d pg / 4n, qrn 4x33 460, 4fiLH 4515 4621 4801 4801 4815 9R1 4001 960) 4815 4011 \ 515 516 461) 4&M 5�5 .g, yyb 4520 4600 ON 4814 4820 515 512 4700 4714 4T20 418 4282 g8p0 ,(B 4811 4818 $ 559 51M1 � L39Y�iLLG L L� � s_ / 4ft U A u27 oil go 4BZl 9633 eB NTS E COAST HW EMERGENCY TELEPHONE NUMBERS DAY NIGHT SOUTHERN CALIFORNIA GAS COMPANY (800) 624-8153 SOUTHERN CALIFORNIA EDISON COMPANY (800) 611-1911 AT&T TELEPHONE COMPANY (800) 332-1321 CITY OF NEWPORT BEACH UTILITIES DIVISION (949) 644-3011 (949) 644-3717 ORANGE COUNTY SANITATION DISTRICT (714) 962-2411 TIME WARNER CABLE (714) 542-6222 COX COMMUNICATIONS (800) 290-6623 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, UNLESS NOTED OTHERWISE. 4. P.C.C. SHALL BE CLASS 560-C-3250 5• CONTRACTOR SHALL ADJUST CITY UTILITIES (e.g. LOCATION MAP NOT TO SCALE DATE: 3-211'Z6Zdb GENERAL NOTES 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. 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. FAILURE TO DO SO WILL PLACE RESPONSIBILITY OF THE CONTRACTOR FOR CORRECTION. 8. ANY WORK NOT INDICATED ON THE DRAWINGS BUT CALLED FOR IN THE SPECIFICATIONS, OR VICE -VERSA, 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 O1 PROTECT IN PLACE, ITEM NOTED O2 REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT OCONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED TO 90% MIN. PER GEOTECHNICAL REPORT. OREMOVE EXIST. AND RECONSTRUCT TYPE "A" PCC CURB &GUTTER PER CNB STD -182-L OREMOVE EXIST. AND RECONSTRUCT 8 -IN THICK PCC CROSS GUTTER PER CNB STD -185-L OREMOVE EXIST. AND RECONSTRUCT 8 -IN THICK PCC CROSS GUTTER PER CNB STD -186-L O7 REMOVE EXIST. AND RECONSTRUCT 6 -IN THICK DRIVEWAY APPROACH TYPE I PER CNB STD -162-L, SEE ITEMS) NOTED ON PLAN OREMOVE EXIST. AND RECONSTRUCT 4 -IN THICK PCC SIDEWALK PER CNB STD -180-L OREMOVE EXIST. &CONSTRUCT PCC CURB ACCESS RAMP PER DETAIL 9 ON SHEET 4, CASE PER PLAN AND CURB RAMP DETAILS ON SHEETS 17-19 10 REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO GRADE PER CNB STD -511-L 11 ADJUST TO GRADE UTILITY BOX BY OTHERS 12 ADJUST TO GRADE MANHOLE PER CNB STD -111-L 13 REMOVE EXISTING AND INSTALL NEW SEWER CLEANOUT BOX AND COVER TO GRADE PER CNB STD -511-L 14 REMOVE EXISTING AND INSTALL NEW WATER METER BOX TO GRADE PER CNB STD -502-L 15 FURNISH AND INSTALL TRUNCATED DOMES TILES ON EXISTING CURB ACCESS RAMP PER DETAIL 9 ON SHEET 4 16 REMOVE EXISTING TREE 17 FURNISH AND INSTALL TREE (BAUHINIA PURPUREA) AT 20 FEET O.C. MINUIMUM 18 PRUNE TREE ROOTS AND INSTALL ROOT BARRIER 19 REMOVE EXIST. AND RECONSTRUCT 6 -IN THICK DRIVEWAY APPROACH TYPE II PER CNB STD -161-L 20 REMOVE EXISTING AND INSTALL NEW ELECTRICAL PULLBOX TO GRADE PER CNB STD -204-L 21 REMOVE EXISTING AND INSTALL NEW STORM DRAIN RING, MANHOLE FRAME & COVER TO GRADE PER CNB STD -309-L AND CNB STD -111-L 22 REMOVE EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME &COVER TO GRADE PER CNB STD -401-L AND CNB STD -111-L 23 REMOVE EXISTING AND INSTALL NEW GALVANIZED CATCH BASIN FRAME AND GRATING PER CNB STD -321 -L-A AND STD -321 -L -B, NUMBER OF GRATES PER PLAN. SHEET INDEX 1 TITLE SHEET 2 SHEET INDEX MAP 3 HORIZONTAL CONTROL PLAN 4 TYPICAL SECTIONS AND DETAILS 5 PLAN AND PROFILE - CAMEO HIGHLANDS DRIVE STA 0+00.00 TO 8+00.00 6 PLAN AND PROFILE -CAMEO HIGHLANDS DRIVE STA 8+00.00 TO 15+10.51 7 PLAN AND PROFILE - CORTLAND DRIVE STA 0+00.00 TO 10+50.00 8 PLAN AND PROFILE - CORTLAND DRIVE STA 10+50.00 TO 16+50.00 9 PLAN AND PROFILE - ROCKFORD ROAD STA 16+50.00 TO 24+06.85 10 PLAN AND PROFILE - ROCKFORD PLACE STA 0+00.00 TO 2+15.00 11 PLAN AND PROFILE - WAYNE ROAD STA 0+00.00 TO 7+27.52 12 PLAN AND PROFILE - DORCHESTER ROAD STA 0+00.00 TO 10+00.00 13 PLAN AND PROFILE - DORCHESTER ROAD STA 10+00.00 TO 17+64.66 14 PLAN AND PROFILE - SURREY DRIVE STA 0+00.00 TO 8+00.00 15 PLAN AND PROFILE - SURREY DRIVE STA 8+00.00 TO 17+86.97 16 PLAN AND PROFILE - GARRETT DRIVE STA 0+00.00 TO 8+35.04 17-19 CURB RAMP DETAILS 20 SIGNING, STRIPING AND CURB PAINTING PLAN C-7067-2 BASIS OF BEARINGS: PLANS PREPARED BY: REVIEWED: APPROVAL RECOMMENDED: APPROVAL RECOMMENDED: APPROVAL RECOMMENDED: CAMEO HIGHLANDS STREET RECONSTRUCTION THE BASIS OF BEARINGS FOR THIS PROJECT IS BASED ON THE CALIFORNIA COORDINATE SYSTEM OF 1983 (CCS83), ZONE '�pRCfESS/py� o VI, NAD 83 (2017.50 EPOCH) AS DETERMINED BY GLOBAL POSITIONING SYSTEM (GPS) TIES TO TWO CONTINUOUS GLOBAL CALL TOLL FREE POSITIONING STATIONS (CGPS) REFERRED TO AS "FVPK" AND 'TRAK". SAID STATIONS ARE A PART OF THE CALIFORNIA P S O M A S TITLE SHEET SPATIAL REFERENCE NETWORK (CSRN) AND WERE HELD "FIXED" HORIZONTALLY IN THIS SURVEY. THE BEARING BETWEEN V0 � � 1-800-227-2600 3 Hutton Centre Drive No. 38832TALAFUS RCE 38832 MAR VUKOJEVI P.E. MICAH MARTIN ICHA J SINACORI, P.E. CGPS "FVPK" AND 'TRAK" BEING N67° 14' 53"W WAS USED AS THE BASIS OF BEARINGS FOR THIS SURVEY. ma BEFORE YOU DIG Suite 200 UTILITIES DIRECTOR DEPUTY PUBLIC WORKS DIRECTOR ASSIS CITY ENGINEER 1 � `rT DESIGNED: DRAWN: MUNICIPAL OPERATIONS BENCHMARK: Santa Ana, CA 29707 R-6096-5 ELEVATIONS ARE BASED ON THE CONTINUOUS GLOBAL POSITIONING STATIONS (CGPS), REFERRED TO (714) 75.1-7373 Fax(714) 545-8883 9�OF HN HN DATE: 3,2�^� DATE:.? DATE: 3 -Z'F,. o CITY OF NEWPORT BEACH AS "FVPK" AND "TRAK", NORTH AMERICAN VERTICAL DATUM (NAVD88) DATUM. CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET of 20 FVPK ORTHOMETRIC HEIGHT US SURVEY FEET )= 80.17 TRAK ORTHOMETRIC HEIGHT US SURVEY FEET )= 495.18 MH 03/13/2020 Q of a JOHN WAYNE p1 AIRPORT 4700 \ -7-- SHEET 15 T da'"A"A co%waft� _00\ 00e �5 ' SURREY DRIVE I 12p ►�' I common Discuss, mommoss, soccow, 0000 / a� 4momp� amom� N ' 4501 4509 4515 4601 4607 4615 4621 4627 / � � � 115 / / �(� � 1" = 80' I I 4701 \ 1p9 / V NE / � s � NO 4500 4508 4516 4522 I 4600 4610 4618 4624 4630 1 122 116 -A 701 , SHEET 13 _ 6 / / Q6�_ 000 CO � / /\ 700 Ft:�t_ DORCHESTER ROAD _ 48001 I � / / ��-�� 1 �, � 18 4824 �� �� ____-- —------____ I_ SHEE_S�T 1 — 4501 I 4507 4515 4521 4601 4607 4615 4621 / 4633 Y 4727 Y D RIV 4 cow /1-4 al i LO — �' oU — I — — 630 t — ' I I I r / �� 1 I I / 4718 4731 IOMMM MINIMUM "MMM"MMM_ 4500 4506 4512 4518 4600 4606 4614 4620 � _ — — WNAID� 4737 4801 I "Mumanuft � woosso 4807 I 48 � _ ` Mumma nouns '� 1 5 _ - 4823 —1 rn SHEET 11 ,� 4701 _ _ \ L SHE —__ rn ET 12, —1 CHEST� I� I DOR � < I WAYNE ROAD I / — I —I T I Lo \ ` / 4501 4509 4515 4521 4601 4607 4615 4621 525 _Awl 00/� 0 w w X01 ---� ' ` . � 00;01S� o coops.0 = �0 I U) PG / 4520 4600 4606 4614 4620 515 0 � I z /\ 0�0� < 1SHEET 8 L_ I = CORTLAND DRIVE 0w / E I� 600 N / ASO> ` —7 < "MAINE, swoop 5 4521 4527 4601 4607 4615 4621 4627 i E COAST H WY SHEET INDEX MAP 1" = 80' '09 ER ROAD - r, �I 524 I � 4721 I 4727 4733 — / 4801 4807 48 — "MUMMA 4821 4827 518 I I I 4833 I 512 47084714 4720 4726 4732 4800 I 4806 I I ------------ I I — — 48= 4818 48 4 I— 517SHEET— —_�— I I I I I ISI -7 T__ I 7 I OR T�AND DRI VE � -------------_ __ _ I I - I 4701 I 4709 4715 I 4721 4727 I 4733 4801 � � � _ 807 4815 482— I 4827 I 4833 4839 � J L � I I C-7067-2 I,,'0 (I 4718 4731 IOMMM MINIMUM "MMM"MMM_ 4500 4506 4512 4518 4600 4606 4614 4620 � _ — — WNAID� 4737 4801 I "Mumanuft � woosso 4807 I 48 � _ ` Mumma nouns '� 1 5 _ - 4823 —1 rn SHEET 11 ,� 4701 _ _ \ L SHE —__ rn ET 12, —1 CHEST� I� I DOR � < I WAYNE ROAD I / — I —I T I Lo \ ` / 4501 4509 4515 4521 4601 4607 4615 4621 525 _Awl 00/� 0 w w X01 ---� ' ` . � 00;01S� o coops.0 = �0 I U) PG / 4520 4600 4606 4614 4620 515 0 � I z /\ 0�0� < 1SHEET 8 L_ I = CORTLAND DRIVE 0w / E I� 600 N / ASO> ` —7 < "MAINE, swoop 5 4521 4527 4601 4607 4615 4621 4627 i E COAST H WY SHEET INDEX MAP 1" = 80' '09 ER ROAD - r, �I 524 I � 4721 I 4727 4733 — / 4801 4807 48 — "MUMMA 4821 4827 518 I I I 4833 I 512 47084714 4720 4726 4732 4800 I 4806 I I ------------ I I — — 48= 4818 48 4 I— 517SHEET— —_�— I I I I I ISI -7 T__ I 7 I OR T�AND DRI VE � -------------_ __ _ I I - I 4701 I 4709 4715 I 4721 4727 I 4733 4801 � � � _ 807 4815 482— I 4827 I 4833 4839 � J L � I I C-7067-2 \ � \ 24+06.85 4700 00 i \ \ 135 13 SURREY DRIVE C le 14+80.51 L18 16+00 14+00 12+00 L17 10+ 0 C 12g 17+86.97 23+78.02 4601 4607 4615AC01 4621 115 15+10.51 1+35.04 Q 4501 4509 4515 4627 4701 cA o1pg G3 -\ Oc 1 " = 100' I k ' o G GN�PN 1g� I M oo 4715 LL-�� C FMEO N\ 128 I N 4500 4508 4516 4522 4600 4610 4618 4624 4630 3 \ p0 122 17+64.66 \ 63 6+48.17 116 701 (� I NX606 100 o _ DORCHESTER ROAD �I I G' 01 9+62.66 I co 16+00 14+00 L14 12+00 0 0 A- 0 4800 I co F- -7 7- QXOQ �28 C77 I I 4818 4824 21+10.46 4501 4507 4515 4521 4601 4607 4615 4621 6+78.00 4727 � ORI V 4633 63p SUE RREY E C) \CID L - �-lo 9+23.26 4+39.28 4718 Y I 15 0+ 0 I I4731 4737 I 0 J 4500 4506 4512 4518 4600 4606 4614 4620 �x 4801 4807 + I � QO � 4815 4� 823 � 4701 C9C)C8 7+2052 - WAYNE ROAD C7 Q E) Jill6+00 DORCHESTER R0 -1 o 18+49.52 6+00 4+00 L11 2+00 t9 � 4+38.04 �1%L994+00 C) (- �0+00 524 4��5 2+00 m 2+74.58 4721 4727 4 Ll 2 0+ \ oo 17+02.39 4621 d+ > / 733 4801 4807 0 4501 4509 4515 4521 4601 4607 4615 4815 o �-Tj- 4821 4827 4833 0 NT cn 518 I + C� \ \ -, 0+00 - - - - - 0 I I 516 < I 11600 OGS 2+15 k00 I i / SO O 4520 4600 4606 4614 4620 515 Ccs 2+00 = �6x J\ o 51OO QQ CORTLAND DRIVE 512 14+00 12+00 srso> 4515 / I 4521 4527 4601 4607 4615 1C E COAST H WY 512 4708 4714 4720 4726 4732 4800 4806 I 4812 L 4818 4824 517 8+00 C4 CORTLAND 1 L6 00 6+ 4+00 DRIVE 0) J 9+85.31 7 2+00 0+00 4701 4709 4715 4721 4727 4733 4801 4807 L5 _0 30 4815 4821 _ 4827 4833 J 4839 o + - 0 N0. L19 LENGTH 180.92' GARRETT DRIVE CL BEARING DELTA RADIUS BEGIN STA N40° 30' 01"E 0+00.00 END STA 1+80.92 C14 57.46' BEGIN STA 13°43'00" 240.00 1+80.92 2+38.37 L20 354.48' N26° 47' 01"E 4+90.92 C11 2+38.37 5+92.85 5+92.85 C15 137.30' 4+90.92 24°35'00" 320.00 7+30.15 L21 104.89' N2° 12' 01"E 5+90.08 7+30.15 8+35.04 SURREY DRIVE CL N0. LENGTH BEARING DELTA RADIUS BEGIN STA END STA L15 490.92' N49° 29' 59"W 8°11'00" 2473.00 0+00.00 4+90.92 C11 99.16' 0+52.57 56°49'00" 100.00 4+90.92 5+90.08 L16 201.34' N7° 19' 01"E L13 124.09' 5+90.08 7+91.42 C12 199.86' 9+52.69 63°37'00" 180.00 7+91.42 9+91.28 9+91.28 L17 295.77' N56° 17' 59"W 12+87.04 C13 127.99' 12+97.43 3°40'00" 2000.00 12+87.04 14+15.04 L18 371.94' N59° 57' 59"W 102.27' S87° 47' 59"E 14+15.04 17+86.97 DORCHESTER ROAD CL N0. LENGTH BEARING DELTA RADIUS BEGIN STA END STA L12 279.57' N49° 29' 59"W 8°11'00" 2473.00 0+00.00 2+79.57 2+79.57 6+32.78 C8 353.21' 0+52.57 C9 195.83' 608.98' 51'00'00" 220.00 6+32.78 8+28.60 L13 124.09' N6° 40' 59"W 10+87.96 C2 8+28.60 9+52.69 C10 151.32' 10+87.96 51 °00'00" 170.00 9+52.69 11+04.01 17+64.66 L14 660.64' N57° 40' 59"W 12+97.43 C3 11+04.01 WAYNE ROAD CL NO. LENGTH BEARING DELTA RADIUS BEGIN STA END STA L10 52.57' N43° 40' 59"W 57.95' N5° 19' 01"E 0+00.00 0+52.57 C7 65.97' 14°00'00" 270.00 0+52.57 1+18.54 7+27.52 L11 608.98' N57° 40' 59"W L8 1+18.54 ROCKFORD PLACE CL NO. LENGTH BEARINGDELTA RADIUS BEGIN STA END STA L9 215.00' N84° 40' 59"W 0+00.00 2+15.00 ROCKFORD ROAD CL NO. LENGTH BEARING DELTA RADIUS BEGIN STA END STA L7 57.95' N5° 19' 01"E 17+02.39 17+60.34 C6 114.13' N57° 40' 59"W 38°28'00" 170.00 17+60.34 18+74.47 L8 532.37' N43° 47' 01"E 18+74.47 24+06.85 CORTLAND DRIVE CL N0. LENGTH BEARING DELTA RADIUS BEGIN STA END STA L5 325.00' N49° 29' 59"W -0+30.00 2+95.00 C4 L6 C5 314.22' N57° 40' 59"W 8°11'00" 2200.00 220.00 2+95.00 6+09.21 6+09.21 14+60.49 14+60.49 17+02.39 851.27' 241.90' 63°00'00" CAMEO HIGHLANDS DRIVE CL N0. LENGTH BEARING DELTA RADIUS BEGIN STA END STA L1 359.85' N32° 19' 01"E 0+00.00 3+59.85 C1 363.03' 65°00'00" 320.00 3+59.85 7+22.88 L2 365.08' S82° 40' 59"E 7+22.88 10+87.96 C2 99.48' 10°00'00" 570.00 10+87.96 11+87.44 L3 109.99' S72° 40' 59"E 11+87.44 12+97.43 C3 110.81 15°07'00" 420.00 12+97.43 14+08.24 L4 102.27' S87° 47' 59"E 14+08.24 15+10.51 C-7067-2 c� 0 cS O U Z O U z O U w w w V) / V) W w V) / 0 z w / N O 00 O O O W z N Q Ln O N O N L R/W 10' 20' 18.5' I 4" AC OVER MIN 8" CMB LEE 8" FABRIC EXTENSION UP SIDEWALL MIRAFI RS5801 FABRIC APP. 60' R/W 20' 10' 18.5' I I MIRAFI RS5801 FABRIC 2' MIN. 2' MIN. OVERLAP OVERLAP �8" FABRIC MIRAFI EXTENSION RS5801 FABRIC UP SIDEWALL CAMEO HIGHLANDS DRIVE, CORTLAND DRIVE, ROCKFORD ROAD GARRETT DRIVE NOTES R/W 56' 10' 18' 1 16.5' I 4" AC OVER MIN. 8" CMB _LEE 8" FABRIC EXTENSION UP SIDEWALL MIRAFI RS5801 FABRIC MIRAFI RS5801 FABRIC OVERLAP DETAIL 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. NTS CITY NE NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING N0. DRAWN: P. KHARAZMI DATE: 12/20/2018 CURB ACCESS RAMP 181 SHEET 3 OF 3 R/W 18' 10' 16.5' 1 I MIRAFI RS5801 FABRIC 2' MIN. 2' MIN. OVERLAP OVERLAP �8" FABRIC MIRAFI EXTENSION RS5801 FABRIC UP SIDEWALL ROCKFORD PLACE, WAYNE ROAD DORCHESTER ROAD, SURREY DRIVE, TOP OF RAMP SEE NOTE 9- - - - 4' MIN 2% MAX 5% MIN & 8.3% MAX TOP OF RAMP RETAINING CURB 4' MIN IF NECESSARY SEE NOTE 9 2% MAX v. �f•v I! VARIABLE 5% MIN & 8.3% MAX SECTION B -B DEPRESS ENTIRE SIDEWALK AS REQUIRED FULL HEIGHT CF RETAINING CURB SEE NOTE 9 - - - - - - - - - / 2% MAX H 2% MAX 2.3" MIN AND 2.4" MAX CENTER TO CENTER SPACING, TYP. O IV@ O RAISED TRUNCATED DOME PATTERN (IN-LINE) TOP DIAMETER 0.45" MIN AND 0.47" MAX N O O BASE DIAMTER 0.9" MIN AND 0.92" MAX RAISED TRUNCATED DOME APP. CASE "H" NOTES: 1% MAX I f CURB 1. CURB AND GUTTER WALL 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. ow i uuT ono DETAIL A CURB RAMP PAY LIMIT GUTTER CURB & GUTTER DATCH CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. DRAWN: P. KHARAZMI DATE: 12/20/2018 CURB ACCESS RAMP 181 SHEET 2 OF 3 g CURB ACCESS RAMP DETAIL NTS PLANS PREPARED BY: PS 0 MAS 3 Hutton Centre Drive Suite 200 Santa Ana, CA 29707 (714) 751-7373 Fax(714) 545-8883 EXISTING EOG ELEVATION PER PROFILE PROPOSED AC 3�a LIP SURFACE---__ m 0:� Ld DZ U J d A d p -i1 d a a a d d a c d n o EXISTING CURB AND GUTTER DETAIL A NTS cD APP. AORB m v. �f•v I! VARIABLE i 0" CF 1 4' MIN I z FULL HEIGHT CF II N 2% MAX I I Z RETAINING CURB *11 FRONT EDGE --,,J50 U OF SIDEWALK IR to m 17- 0002 FRONT EDGE FULL HEIGHT CF ooIll OF SIDEWALK 0000oloo 00-... x 0" CF 10% MAX AT CURB A ORB w CF oo N VARIABLE CFLj �� �� CASE A 0" CF m 2% MAX 5% MIN & �� a a A ORB RETAINING CURB IF NECESSARY AT p• CIF PROPERTY LINE MIN 0" CF„ „ CASE E FULL N I 2% MAX4' I HEIGHT CF I I I VARIABLE I 5% MIN & 5% MIN & 0" CF I I 8.3% MAX z 8.3% MAX I I /7OF oVo� 0000 0000.. oo o 00000000 000000 FRONT EDGE SIDEWALK RETAINING CURB FULL -- -- < HEIGHT 10% MAX z 2 CF AT CURB A ORB Ee CF CASE "B" Lo Go RETAINING CURB �C� l 5% MIN & 8.3% MAX���� if FRONT ff 1 I 'i o EDGE OF SIDEWALK cD APP. -- 0" CF P m Ld m 0" CF Q FRONT EDGE a --- OF SIDEWALK 0" CF FULL CASE "F" HEIGHT CF P.L. CASE "Ci" CF I- DIRT USE WHEN SIDEWALK IS LESS THAN 6' WIDE I I+ RETAINING i� CURB + �T� ' 4' MIN yl z 1 JOIN EX. + - 0" CF zz 1 2% MAX I = VARIABLE CF �<x I I I awz NI FULL HEIGHT CF 5% MN & M O 8 3% MAX N (n 0 _000i FRONT EDGE OF SIDEWALK 0" CF ______ o ALONG ACCESS 2% MAX ------ RAMP LANDING SLOPE BFRONT EDGE FULL 10% MAX 0"CF OF SIDEWALK HEIGHT CF AT CURB CASE "D" CF 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 REVIEWED: ESS/0' �. No. 38832 ROBERT J. TALAFUS RCE 38832 Lel CIVIC- ���DESIGNED:HN DRAWN: HN - _ O CA- - CHECKED: DATE: MH 03 13/2020 NO DATE DESCRIPTION OF REVISIONS R/W 10' 4' IS/W SEE DETAIL A HEREON R/W 10' 4' S/W I SEE DETAIL A HEREON R/W i 70' 35' 25' PAICFfI KAP-niAmf 1 1-, R/W 35' 25' 10' 4' I J�J * S/W 3.0q MAX** 1.0.0 N / `IVE SEE DETAIL A AT INTERSECTION OF EAST COAST HIGHWAY HEREON NTS R/W 60' 20' 20' 10' FS ELEVATION PER 4' C/L PROFILE 2 3 * S/W 3.0% MAX** 1 3.01 MAX** 1 MSN - - 1_0 M / T- CAMEO HIGHLANDS DRIVE SEE DETAIL A (STA 2+00 TO 14+80.51) HEREON NTS i R/W 60' I 10' 20' 20' 10' 4 FS ELEVATION PER 4 70 S/W C/L PROFILE 2 3 * S/W 1 1 3.0% 1 3.0% MAX** MAX** MSN• - - 1.0 M / CORTLAND DRIVE, ROCKFORD ROAD SEE DETAIL A SEE DETAIL A HEREON GARRETT DRIVE HEREON R/W SEE DETAI HER 0 O 0 * ** NTS L 56' R/W 10' 18' 18' 10' 4FS ELEVATION PER 4' S W C/L PROFILE 2 3 * / S/W I3.0/ MAX** 1 3.0% MAX** ROCKFORD PLACE, WAYNE ROAD SEE DETAIL HEREON EON DORCHESTER ROAD, SURREY DRIVE, NTS CONSTRUCTION NOTES: PROTECT IN PLACE, ITEM NOTED REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT CONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED TO 90% MIN. PER GEOTECHNICAL REPORT. OVER -SATURATED SOIL CONDITIONS NOTE: CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER MIRAFI RS5801 FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL HEREON. NOTE: PAVEMENT CROSS SLOPES PROPOSED CROSS SLOPES MAY EXCEED MAXIMUM AND MINIMUM SLOPES AT STREET INTERSECTIONS. C-7067-2 REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION PATRICIA S. KHARAZMI, P.E. ASSOCIATE CIVIL ENGINEER DATE 03/13/2020 APPROVED TYPICAL SECTIONS AND DETAILS CITY OF NEWPORT BEACH R- 6096-S PUBLIC WORKS DEPARTMENT SHEET 4 of 20 c� vi J_ Q W 0 0 z 0 G, z 0 U W W W W G_ cn / W W cn / Ir c� z W / N 0 co 0 0 w z N I Q Ln I 0 N O N 0 m v. �f•v -- 0" CF P m Ld m 0" CF Q FRONT EDGE a --- OF SIDEWALK 0" CF FULL CASE "F" HEIGHT CF P.L. CASE "Ci" CF I- DIRT USE WHEN SIDEWALK IS LESS THAN 6' WIDE I I+ RETAINING i� CURB + �T� ' 4' MIN yl z 1 JOIN EX. + - 0" CF zz 1 2% MAX I = VARIABLE CF �<x I I I awz NI FULL HEIGHT CF 5% MN & M O 8 3% MAX N (n 0 _000i FRONT EDGE OF SIDEWALK 0" CF ______ o ALONG ACCESS 2% MAX ------ RAMP LANDING SLOPE BFRONT EDGE FULL 10% MAX 0"CF OF SIDEWALK HEIGHT CF AT CURB CASE "D" CF 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 REVIEWED: ESS/0' �. No. 38832 ROBERT J. TALAFUS RCE 38832 Lel CIVIC- ���DESIGNED:HN DRAWN: HN - _ O CA- - CHECKED: DATE: MH 03 13/2020 NO DATE DESCRIPTION OF REVISIONS R/W 10' 4' IS/W SEE DETAIL A HEREON R/W 10' 4' S/W I SEE DETAIL A HEREON R/W i 70' 35' 25' PAICFfI KAP-niAmf 1 1-, R/W 35' 25' 10' 4' I J�J * S/W 3.0q MAX** 1.0.0 N / `IVE SEE DETAIL A AT INTERSECTION OF EAST COAST HIGHWAY HEREON NTS R/W 60' 20' 20' 10' FS ELEVATION PER 4' C/L PROFILE 2 3 * S/W 3.0% MAX** 1 3.01 MAX** 1 MSN - - 1_0 M / T- CAMEO HIGHLANDS DRIVE SEE DETAIL A (STA 2+00 TO 14+80.51) HEREON NTS i R/W 60' I 10' 20' 20' 10' 4 FS ELEVATION PER 4 70 S/W C/L PROFILE 2 3 * S/W 1 1 3.0% 1 3.0% MAX** MAX** MSN• - - 1.0 M / CORTLAND DRIVE, ROCKFORD ROAD SEE DETAIL A SEE DETAIL A HEREON GARRETT DRIVE HEREON R/W SEE DETAI HER 0 O 0 * ** NTS L 56' R/W 10' 18' 18' 10' 4FS ELEVATION PER 4' S W C/L PROFILE 2 3 * / S/W I3.0/ MAX** 1 3.0% MAX** ROCKFORD PLACE, WAYNE ROAD SEE DETAIL HEREON EON DORCHESTER ROAD, SURREY DRIVE, NTS CONSTRUCTION NOTES: PROTECT IN PLACE, ITEM NOTED REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT CONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED TO 90% MIN. PER GEOTECHNICAL REPORT. OVER -SATURATED SOIL CONDITIONS NOTE: CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER MIRAFI RS5801 FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL HEREON. NOTE: PAVEMENT CROSS SLOPES PROPOSED CROSS SLOPES MAY EXCEED MAXIMUM AND MINIMUM SLOPES AT STREET INTERSECTIONS. C-7067-2 REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION PATRICIA S. KHARAZMI, P.E. ASSOCIATE CIVIL ENGINEER DATE 03/13/2020 APPROVED TYPICAL SECTIONS AND DETAILS CITY OF NEWPORT BEACH R- 6096-S PUBLIC WORKS DEPARTMENT SHEET 4 of 20 c� vi J_ Q W 0 0 z 0 G, z 0 U W W W W G_ cn / W W cn / Ir c� z W / N 0 co 0 0 w z N I Q Ln I 0 N O N 0 _ / z 0 z 0 0 w w w / w w / 0 Z: w / N O 00 O O w z N 165 Lo 11 EXISTING FOG LEF1 PROFILE 0) PVI ST-A.7F 8.8'v PVI ELEV:1 7.0 LVC: 50. O OU -i O � r,m CIA UU cfl CD C) o� �^ —� PVI STA: 4+50.00 PVI FLP/:160.50 LVC: ?5.00 O Li 0 0 + Ln + vJ W PVI STA: 1+75.00 VI ELEV:153.7 nR' OF I V( 50' G1:5.26%,G2:1.76%� J OU D\/1 CI C\/• 1 GR A 7 I VI LLL'l. IJV.TL LVC: `i0.00 G1:1.63%,G2: 2.08% U U - > v, ma0 CCD)JOJW ���Jc�� ano O NooO� 0�1��'n� 1:2.08%,G2: 3.47% U N � 00 o 'm o J o J o o v o _ ���JInIc�O U _ �n O �O r�I v-: - c�i w�j OU Orr�OOr`rr� +N ^o �LO orn r� o� rn+ fir; co + _ .� M_ CO OWN +v'+O�o n � Co + o 3.47% O J O o o + LO Q + cfl W O (/�j/�j I 0V CD __j U r^ j� C) —i Xm r` �IJOIJw� OU OO z o `,4 Z)I MLr� 1\ o �' ono 1 7 � Wrn+�+Moo CIA OU 0 Or` +� �CIA + Lr)� 1.63% 0 � +oo4-Oo4Oor` N �� Ln L_+-ri � v1 �a��nc� L0 �� _ 2.08% � M W Q z J - +_ c�1 LN r � � 1.76% CA L6 L.() LMU rCA PROP. C/L PROFI 1650 165 Lo �- EXISTING RIGHT EOG PROFILE 04 03 SCALE: HORIZ: 1"=40' VERT: 1 "=8' 0+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 CONSTRUCTION NOTES: SEE SHEET 8 WAYNE ROAD CORTLAND DRIVE SEE SHEET 11 O1 PROTECT IN PLACE, ITEM NOTED �.� 4627 \ 515 4621 00, ® 02 REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT CONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED w �r 3 O 10 2 �s 462' TO 90% MIN. PER GEOTECHNICAL REPORT. DECORATIVE CONCRETE PAVEMENT \ 1 CH TER 11 22 2 S 0 O REMOVE EXIST. AND RECONSTRUCT TYPE "A" PCC CURB & GUTTER PER CNB STD -182-L o + a REMOVE EXIST. AND RECONSTRUCT 8 -IN THICK PCC CROSS GUTTER PER CNB E O E E � N RAIS D 1 CAT`Op W) N + �- 2 3 9 SE "H" O REMOVE EXIST. AND RECONSTRUCT 6 -IN THICK DRIVEWAY APPROACH TYPE I 0+00 MEDT N o �+ 0 +00 11 CHARTER E CUR PER CNB STD -162-L, SEE ITEMS NOTED ON PLAN - - - o �I T �- o 1 DRAI O REMOVE EXIST. AND RECONSTRUCT 4 -IN THICK PCC SIDEWALK PER CNB 153.29 7SSW - o STD -180-L 01 FL L L o W �, 4 4 F O REMOVE EXIST. & CONSTRUCT PCC CURB ACCESS RAMP PER DETAIL 9 ON -G G W ®� ©� w 2 3 SHEET 4, CASE PER PLAN AND CURB RAMP DETAILS ON SHEETS 17-19. st6�,� 10 REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO GRADE -, 10 °� 160 OO PER CNB STD -511-L DECORATIVE CO CRETE 1 10 PAVEMENT "H" �5 11 ADJUST TO GRADE UTILITY BOX BY OTHERS REMOVE EXISTING AND INSTALL NEW WATER METER BOX TO GRADE PER CNB o CASE 9 ��M 14 \ 10 �� Ss "H" ��1 �%,(� 14 O STD -502-L + 4701 512 518 0 CASE 6x / /SI `'A 15 FURNISH AND INSTALL TRUNCATED DOMES TILES ON EXISTING CURB ACCESS RAMP PER DETAIL 9 ON SHEET 4 rn o0 - g -1 N N w t 524 �O o o /�O 20 REMOVE EXISTING AND INSTALL NEW ELECTRICAL PULLBOX TO GRADE PER CNB 1/ �o ,� '1 STD -204-L SEE SHEET 7 / 22 REMOVE EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME & COVER EAST COAST HIGHWAY \ 22 TO GRADE PER CNB STD -401-L AND CNB STD -111-L CORTLAND DRIVE °O, 1 23 REMOVE EXISTING AND INSTALL NEW GALVANIZED CATCH BASIN FRAME AND V ->07l GRATING PER CNB STD -321 -L-A AND STD -321 -L -B, NUMBER OF GRATES PER � PLAN. CAMEO HIGHLANDS DRIVE E "H" 9 165 C SE "H" � G 8636 L 8 SF Q TT c�L o s � 3 2 3 O LEGEND �� d C E �' FL 7 217S � (;C y SIDE' PPR0ACH 23 a LIMITS OF PAVEMENT RECONSTRUCTION CONTRACTOR TO PROVIDE 2 FLAGMEN AT EAST COAST HIGHWAY %,`(� 2 GRATES t` ��� CATCH 2SF 170 -� 6 LIMITS OF CONCRETE IMPROVEMENTS ENTRANCE TO THE TRACT WHILE CLOSING DOWN TO ONE LANE FOR I- % BASIN 1 S� WORK AT THIS INTERSECTION. THIS COST SHALL BE INCLUDED IN8 O 64SF S QO THE TRAFFIC CONTROL BID ITEM. 30 6 QkQp NOTE: OVER -SATURATED SOIL CONDITIONS NOTE: 40' 20' 0' 40' 80' CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER MP MIRAFI RS5801 FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL ON SHEET 4. GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION o (f ESS �o, P S 0 M A J. Tql S q� PLAN AND PROFILE G 3 Hutton Centre Drive No. 38832 ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. CAMEO HIGHLANDS DRIVE STA 0+00 TO 8+00 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 C1 ���DESIGNED: HN DRAWN: HN 03/13/2020 CITY OF NEWPORT BEACH R- 6096-S (714) 751-7373 Fax(714) 545-8883 OF C A1- DATE CHECKED: MH DATE: A03/13/E2020 N0. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 5 OF 20 _ / z 0 z 0 0 w w w / w w / 0 Z: w / N O 00 O O w z N / z 0 z 0 0 w w W / W w / Z: w / N O 00 O O w z N N 11 EXISTING LET E ISTING LEFT EROG PROFILE -4CA— CT / J luv LO UCA H U O Q O O W+� W W VJ ci O J OU m C UJ rn0) pU 0o Oa ° O LL po v - 00 00 Oo0 / PVI STA: 2+00.00 LVC:1 0.00 °� ° UN � 4 w- p1J— O > N O J O U u v 5 N m O JLn Uiri Kai �O p O J N CIA „:3 c» LnCA ON—JOIJ��OON� VON N+ n— CD CIA OJ O U o I? F 00 p CIA m 0 CD C, � p +o po v O o � N g34C �l� CA CD OU 00LO N "d -co N M W OJ Ov o0 + NDN+OHO �i cfl IL"+ N 180 OU o� �� $' J� vo + -O N � �V � EXI T. C/L W 00 F 00- OJ PROFILE Z Z w o0 ± v `+, J PROFILE Co J N PROFI O O PROP. C L ��6N° 0) EXIS ING RIGHT E-06 PROFILE 04CA 40n 0j C J QZ_ CAci �O w w SCALE: HORIZ: 1"=40' VERT: 1 "=8' 8+00 9+00 10+00 11+00 12+00 13+00 14+00 15+00 CONSTRUCTION NOTES: O2 REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT SURREY DRIVE O CONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED SEE SHEET 15 TO 90% MIN. PER GEOTECHNICAL REPORT. * "A" REMOVE EXIST. AND RECONSTRUCT TYPE PCC CURB & GUTTER PER CNB i I I O STD -182-L 701 5 O REMOVE EXIST. AND RECONSTRUCT 8 -IN THICK PCC CROSS GUTTER PER CNB 709 STD -185-L W 4715w N 1 ARTER 71 5 7 O REMOVE EXIST. AND RECONSTRUCT 6 -IN THICK DRIVEWAY APPROACH TYPE I W 633 I "H" "H" I PER CNB STD -162-L, SEE ITEMS) NOTED ON PLAN CASE 1 CA 8 9 CASE POOL I O REMOVE EXIST. AND RECONSTRUCT 4 -IN THICK PCC SIDEWALK PER CNB STD -180-L Q R2`' 3 10Q 8 64SF, 735 'L O REMOVE EXIST. & CONSTRUCT PCC CURB ACCESS RAMP PER DETAIL 9 ON Q W pE Al 11 CHARTER I SHEET 4, CASE PER PLAN AND CURB RAMP DETAILS ON SHEETS 17-19. Q W I T 723 729 11 CHARTER 10 REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO GRADE O U) CA, 2 3 i 3 10 PER CNB STD -511-L + ,� 0 22 '� o w rn o w—o E 3 �� 11 ADJUST TO GRADE UTILITY BOX BY OTHERS 00 0 9+10 104 0 °' - 11 +0 3 TRUNCATEDDOMES TILES ON EXISTING CURB ACCESS FURNISH NDE INSTALLUNCAT _ h E 12 15 4 w 182.92 184.55 186-.P SS �'O�No�RAMP ON SHEET Q W FL FL FL E 51 22 REMOVE EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME & COVER Z � � � - � 3+ �O s + TO GRADE PER CNB STD -401-L AND CNB STD -111-L J 10 ® _ P O '— .� + ` X 4 4LF 2 f ''� 0015+00 U ---CASE "H" 9 9 CASE"", GN 22 I 630 8 16S `° 5 700 Im i Q 7 210 F 8 16SF 10 00 Q SIDEWALK , 8 64SF I x APPROACH'SI ' 728 15 I A 2 (7"X 716 � 40 DENSE jREFS 734 SEE H E ET 14 722 POOL SURREY DRIVE SEE SHEET 16 ' GARRETT DRIVE CAMEO HIGHLANDS DRIVE LEGEND LIMITS OF PAVEMENT RECONSTRUCTION LIMITS OF CONCRETE IMPROVEMENTS NOTE: * OVER -SATURATED SOIL CONDITIONS NOTE: CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER 40' 20' 0' 40' 80' MIRAFI RS580I FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL ON SHEET 4. GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION o (f ESS �o, P S 0 M A S J• l q� ��F�� Tq� �%�-�"� PLAN AND PROFILE �o� G 3 Hutton Centre Drive No. 38832 ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. CAMEO HIGHLANDS DRIVE STA 8+00 TO 15+10.51 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 C1 ��� DESIGNED: HN DRAWN: HN 03/13/2020 CITY OF NEWPORT BEACH R- 6096-S (714) 751-7373 Fax(714) 545-8883 OF C A1 - F DATE CHECKED: MH DATE 13/2020N0. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 6 OF 20 / z 0 z 0 0 w w W / W w / Z: w / N O 00 O O w z N _ U Z 0 U o- z 0 U W of w w o- co / co w w co / o- c� Z w N 0 00 0 0 w z N r5 EXISTING LEI -T_ r4 OD OD PVI ELE :159.44 PVI STA:9+25.00 . 001 -C! Lo.00 LVC:1 5I r4 PVI ELEV:15 mO G1: —2.31 %, m U J 000 JO JO O J U LOO C) LO UO JO JO Jp JOJ Um UOUC) UO Jw co u W 0] OJ OJ OU OU O� O� CD roW) 0�+�+�+�Lf)a ��0�0��c0�� OU m� >Ln O m 2 m J O J OU O:31U Op OHO 0000 +Lr)�? �� +� + �� �����06�����I\�I\�0000+ +� O�NUOU�UO� J O V O p J J pU OU C) O� OC +� +�() �p m� C) +pNNMmC) �U I�j� O� O L M W O J U lIj 0) L-6 + cfl LO rn OLo pm � o r� ao + Ki c)N + ,r) Lr) U) 0.96% —2._319_ O p + Ncfl rn o r� + � + OM L0 pLO ++� +� ��n 0.99% +� �� —1.56 Q 1.05% C14 J� W Q o (A CA J� PROFILE N � N r-:EXIS NG RIGHT FEE EO PROFILE CA CT - 03 0j 155 CA �— Lo Lo Lf u C C 60 Lo Lo Lo SCALE: HORIZ: 1"=40' VERT: 1 "=8' 0+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 9+00 10+00 11+00 210SF 7 SIDEWALK & APPROACH CAMEO HIGHLANDS DRIVE C AR TER 4839 r 4833 9 S F go 4827 4821 S EWALK & CURB i APPROACH 8 32SF 1 DRAIN 481500 I 3 219SF 7 4807 D ° ^O a 4 10LF SIDEWALK & 4801 4733 15� APPROACH 4727 47210 4709 4701 I 20' 2 w 64SF 8 7 4715 I W 0+-00 15 ' 7 151.62 + 0 2 3 EW 10 ` 22 F 151.21 FL w 2+ 10 / , 3 2 � 10 I FL �� E w " W Q . x 5 3+ 0 �'ri G W O 1 S R LIGHT E' E _ SS SS w w m + r� , SSS '_ ss SS w 7+ w o 8+00 w � 9 0 ��, + O 1 R N _ S Id 15,59 CASE ''�O"' 22 E Z N Z W Q 1 CURB DRAIN E E E E E E 3 E E E � 0 517 4824 4 4 1 4 4 4 J + I � 4818 4 81 2 � r�9 8 128SF _ 4806 r , U co 4800 m Q ^°°a 4732 4726 4720 4714 4708 51281 160 I ,�0 0 4 O SEE SHEET 16 SEE SHEET 5 GARRETT DRIVE CORTLAND DRIVE CONSTRUCTION NOTES: CAMEO HIGHLANDS DRIVE O1 PROTECT IN PLACE, ITEM NOTED O2 REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT LEGEND O CONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED TO 90% MIN. PER GEOTECHNICAL REPORT. * OREMOVE EXIST. AND RECONSTRUCT TYPE "A" PCC CURB & GUTTER PER CNB LIMITS OF PAVEMENT RECONSTRUCTION STD -182—L REMOVE EXIST. AND RECONSTRUCT 6—IN THICK DRIVEWAY APPROACH TYPE I O LIMITS OF CONCRETE IMPROVEMENTS PER CNB STD -162—L, SEE ITEM(S) NOTED ON PLAN OREMOVE EXIST. AND RECONSTRUCT 4—IN THICK PCC SIDEWALK PER CNB STD -180—L REMOVE EXIST. & CONSTRUCT PCC CURB ACCESS RAMP PER DETAIL 9 ON NOTE: O SHEET 4, CASE PER PLAN AND CURB RAMP DETAILS ON SHEETS 17-19 10 REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO GRADE O * OVER—SATURATED SOIL CONDITIONS NOTE: PER CNB STD -511—L CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER40' 11 ADJUST TO GRADE UTILITY BOX BY OTHERS 20' 0' 40' 80' MIRAFI RS5801 FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL ON SHEET 4. 22 REMOVE EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME & COVER GRAPHIC SCALE TO GRADE PER CNB STD -401—L AND CNB STD -111—L Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION P SO MAS o ESS �o, ���� J� Tql � q� �%�°`- PLAN AND P RO F I L E �o� G 3 Hutton Centre Drive No. 38832 N ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. CORTLAND DRIVE STA 0+00 TO 10+50.00 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 C1 o���Q DESIGNED: HN DRAWN: HN DATE 03/13/2020 CITY OF NEWPORT BEACH R— 6096—S (714) 751-7373 Fax(714) 545-8883 OF CA1 \F CHECKED: DA03 NO. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 7 OF 20 MH 13 2020 _ U Z 0 U o- z 0 U W of w w o- co / co w w co / o- c� Z w N 0 00 0 0 w z N r5 / z 0 z 0 0 w w w / w w / 0 Z: w / N O 00 O O w z N EXISTING LEFT EOG PROFILE Uj Lij CD • W OJ �P7 OJ 1 J93 p � — p U + ° O U O O r- N O p LU J (� p p U La + O PC) N O O N n� O J U O p O J � N p U O U _ I� O� 4 Coe o -1C4 C).80 m O OU 560O� +� �� m U OU �O U-) '^ 1 O J p OU OO + _ �� + X55% E IST. C/L 75 PROFILE EXISTING RIGHT _ EOG PROFIL 03 cp Lf) SCALE: HORIZ: 1"=40' VERT: 1 "=8' 10+00 11+00 12+00 13+00 14+00 15+00 16+00 17+00 CONSTRUCTION NOTES: O2 REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT OCONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED TO 90% MIN. PER GEOTECHNICAL REPORT. REMOVE EXIST. AND RECONSTRUCT 4 -IN THICK PCC SIDEWALK PER CNB W w 4627 4621 4615 4607 4601 4527 O STD -180-L 4521 4515 REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO GRADE ^tea 10 PER CNB STD -511-L O U) -U 2 3 22 10 211 ADJUST TO GRADE UTILITY BOX BY OTHERS O w C:) s�1> PRUNE TREE ROOTS AND INSTALL ROOT BARRIER w U , , m � ,k 71 I m I ® 2 22 REMOVE EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME & COVER + TO GRADE PER CNB STD -401-L AND CNB STD -111-L 1 - 11 00 w 12+00 w 13+ w 1400 w I® 9 r� 2 3 Z E E E 145Cn - E U°a 64SFZ48SF 48SF 8 S SF 8 8 16SF 8 ° \ Q B 64SF `' 515 4 1:0194620 4614 16SF 8 4606 4600 4520 �v 450 O 4 F �O CORTLAND DRIVE �G LEGEND LIMITS OF PAVEMENT RECONSTRUCTION LIMITS OF CONCRETE IMPROVEMENTS NOTE: * OVER -SATURATED SOIL CONDITIONS NOTE: CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER 40' 20' 0' 40' 80' MIRAFI RS5801 FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL ON SHEET 4. GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION o (f ESS �o, P S 0 M A S J. q� ��F�� Tql � �%�-�"� PLAN AND PROFILE �o� G 3 Hutton Centre Drive No. 38832 ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. CORTLAND DRIVE STA 10+50.00 TO 16+50.00 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 C1 ��� DESIGNED: HN DRAWN: HN 03/13/2020 CITY OF NEWPORT BEACH R- 6096-S (714) 751-7373 Fax(714) 545-8883 OF C A1- DATE CHECKED: MH DA 13/20201 EN0. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 8 OF 20 / z 0 z 0 0 w w w / w w / 0 Z: w / N O 00 O O w z N / z 0 z 0 0 w w w / w w / Z: w / N O 00 O O w z N 03 Lo rTA, nn n J 1 /1. LLT LJ. 4 CA Lo Qj EXISTING LEFTLVC:125.00 EOG PROFILE PVI ELEV:157I ip F d7% (_)• -K n r m pI-1 W O U plJo U Or; U O Jp U1t� v� O ��O Oo M ° pI��ICJLq UO �N �� I�Lq + O J N N rn + 00 N N LO + O r�I 1CIrJCD 0 �,� + �00 N 510�p �+ r`N �N �N �cv �N 3 071 � JN Ln r -)CO r-)+ _ N �N LO vv� ��+�NwN� -� F CD J . U fyl p N + + cD N X 2.0 3% OV.86 1150 O J 1 p U O U O +� N r PVI ST inn op+ +�NLC) C4 PVI ELE :140.80 PVI ELE :140.06 0 + "`� `� l F O U r� LVl :2UU.UU O G1: -1.69%1'2:-0.49% G1: -0.49%,G2: 6.47% C-) n o �� 2IJLqC—i LLJ N1 14-1� > O J " "� m V O r�I--i UNJ � Uro n i �O O J `� O JU JO U�: O r7� r7+ `'0 �1f� 6 CD O c) —i IJr�I�� �(,I ir�I ir_�I IO J�IJ�IJ�IU� U U� cr�Co �O �+ �O NIS+ Up U� Uv � UO E5 f5 UO U1t� �� �- p 1� �v I O CN��1C)O� 1C) �OrnOCDN+�+rrjO�N� N �� r�100 O, Ln N1C? N� rn0 N —i L0 �+� r�� �N �N �� �+cairn N� �N nt T T + + + V) ' Oa l V �) + CD � Cfl v + u3 + T 6 C2 - V �� �I� X00 �0+0 �p+o Om 000 m Om Om �� Odd OHO �� �— -1.697. 1 F F I I PROP. Cll-.�/ J Lo 4 CA 4 CA EXISTING RIGHT EOG PROFILE SCALE: HORIZ: 1"=40' VERT: 1 "=8' 16+00 17+00 18+00 19+00 20+00 21+00 22+00 23+00 24+00 CONSTRUCTION NOTES: O1 PROTECT IN PLACE, ITEM NOTED O2 REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT OCONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED TO 90% MIN. PER GEOTECHNICAL REPORT. r 32SF REMOVE EXIST. AND RECONSTRUCT TYPE "A" PCC CURB & GUTTER PER CNB STD -182-L 60 607 615 621 627 633 8 206SF 7 701 O REMOVE EXIST. AND RECONSTRUCT 8 -IN THICK PCC CROSS GUTTER PER CNB 1 TE AoEWALK 8 -_ 64 & 4 10LF 864 �` STD -185-L REMOVE EXIST. AND RECONSTRUCT 8 -IN THICK PCC CROSS GUTTER PER CNB CA H �� A PROACH CURB 6 O Aon 3 1 17 STD -186-L 525 RATE rn "� 32SF 8 ��� DRAIN 17 17 I 2 3 16 22 7 O REMOVE EXIST. AND RECONSTRUCT 6 -IN THICK DRIVEWAY APPROACH TYPE I 22 10 1 +6 6 ! PER CNB STD -162-L, SEE ITEM(S) NOTED ON PLAN !' G — 3 ©' 8 O REMOVE EXIST. AND RECONSTRUCT 4 -IN THICK PCC SIDEWALK PER CNB G 1 GR TE 23 22 1 10 STD -180-L REMOVE EXIST. &CONSTRUCT PCC CURB ACCESS RAMP PER DETAIL 9 ON P 19+ 0 - 20 � 0 m OL F 4 w 22 00 W 0 4+ 6.,/FO SHEET 4, CASE PER PLAN AND CURB RAMP DETAILS ON SHEETS 17-19 Q� �O SS o _- REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO GRADE ^O �� 5 N 14 150.21 61.54 4LF 4 10 \ Alp0 FL 10 FL �jO J Ss o < — E Er 16211 — — FL 11 O ADJUSTBTO GRADE UTILITY BOX BY OTHERS GAGG 5 O VV 10 IqQ C p x� ° �� CATCH T 22 B 1 - .. - - ,-- 8 'vim 16 1 F 16 REMOVE EXISTING TREE zo;,� 9 ° �� -A m-� 17 FURNISH AND INSTALL TREE (BAUHINIA PURPUREA) AT 20 FEET O.C. MINUIMUM CASE "H» 9 s C E , CASE "H» 1H SF 1 A 32SF 8soo CA �` LLT 18 PRUNE TREE ROOTS AND INSTALL ROOT BARRIER � 450 � ® 'CURB 8 6 F 32SF 8 9» 40�32 F �� O w 4500 ��� ��> 1 DRAIN 4500 ��� 4501 CASE H 'ic 22 REMOVE EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME & COVER PER NANDTIINSTALLLNEWDGALVANIZCNB DEDICATCH SEE SHEET 11 SHEET 13 SHEET 15 C1, Il 3 2 2 3 SEE SEE 23 REMOVE EDEXSTINGE BASIN FRAME AND GRATING PER CNB STD -321 -L-A AND STD -321 -L -B, NUMBER OF GRATES PER / WAYNE ROAD DORCHESTER ROAD SURREY DRIVE PLAN. s tiF 0+ 4501 ROCKFORD ROAD Y,66'* So . LEGEND c4 LIMITS OF PAVEMENT RECONSTRUCTION LIMITS OF CONCRETE IMPROVEMENTS NOTE: 44 * OVER -SATURATED SOIL CONDITIONS NOTE: CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER 40' 20' 0' 40' 80' MIRAFI RS580I FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL ON SHEET 4. GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION o (f ESS �o P S 0 M A J. Tql S q� PLAN AND PROFILE G 3 Hutton Centre Drive No. 38832 ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. ROCKFORD ROAD STA 16+50.00 TO 24+06.85 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 ��9�F CIVIC- ���DESIGNED: HN DRAWN: HN 03/13/2020 CITY OF NEWPORT BEACH R- 6096-5 (714) 751-7373 Fax(714) 545-8883 OF C A1 - F DATE CHECKED: DATE: MH 13 2020 N0. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 9 OF 20 / z 0 z 0 0 w w w / w w / Z: w / N O 00 O O w z N / z 0 z 0 U w w w Cn / Cn w w Cn / z w / N O CxDO O w Z: N 140 140 o Lo .=. m CD U J 0� -EXISTIN6 LEFT EOG PROFILE CD -J C7 0 O PVI STA:1 +90.00 PVI ELEV:133.76 ED O 0 + + + � O + uOU o i sir. r-r\n V V. LV. JV G1: -5.077., � -1.94% o o "� + o -1 U rn G2:-1.6670 O U m 0 OHO ...� I� OU W� rrj \c ^ 40 f p �� r O OO) OT 04 PROFILE' EXIST. C/ PROFILE M CA EXI(-Tlt,!G RIGHTN OG PROFILE SCALE: HORIZ: 1"=40' VERT: 1 "=8' 0+00 1+00 2+00 CORTLAND DRIVE CONSTRUCTION NOTES: SEE SHEET 8 I _ O1 PROTECT IN PLACE, ITEM NOTED k i X 100d 506 O2 REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT UPPER 6" SUBGRADE COMPACTED 7 O TON OVUCT M N.4PERCGOVER EOTECHNICALMREPORTB WITH 512 I 1 220 7 ►SIDEWALK& 4 O REMOVE EXIST. AND RECONSTRUCT TYPE "A" PCC CURB & GUTTER PER CNB a A 14 STD -1 82—L 2 3 7 REMOVE EXIST. AND RECONSTRUCT 6—IN THICK DRIVEWAY APPROACH TYPE I 8 24SF n"" PER CNB STD -162—L, SEE ITEMS) NOTED ON PLAN W 0 22 "� C O REMOVE EXIST. AND RECONSTRUCT 4—IN THICK PCC SIDEWALK PER CNB STD -1 80—L ood E E E - �' E - '41-F ANO 10 REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO GRADE 4 PER CNB STD -511—L 0 0 00 0 0 1+0 002+15 '100d 11 ADJUST TO GRADE UTILITY BOX BY OTHERS IV CD h W� " 14 REMOVE EXISTING AND INSTALL NEW WATER METER BOX TO GRADE PER CNB D TV STD -502—L < 18 PRUNE TREE ROOTS AND INSTALL ROOT BARRIER ��� ood 22 REMOVE EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME & COVER 0 8 1 11 !CHTER TO GRADE PER CNB STD -401—L AND CNB STD -111—L 3 S 8 AN " X26 1 1 CATCH BASIN ^ i 5z 515 SEE SHEET 9 i °N°° ROCKFORD ROAD ROCKFORD PLACE LEGEND LIMITS OF PAVEMENT RECONSTRUCTION LIMITS OF CONCRETE IMPROVEMENTS NOTE: * OVER—SATURATED SOIL CONDITIONS NOTE: CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER 40' 20' 0' 40' 80' MIRAFI RS5801 FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL ON SHEET 4. GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION o (f ESS �o, P S 0 M A S J. Tql q� PLAN AND PROFILE G 3 Hutton Centre Drive No. 38832 ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. ROCKFORD PLACE STA 0+00 TO 2+15.00 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 ��9/F CIVIC- ��� DESIGNED: HN DRAWN: HN 03/13/2020 CITY OF NEWPORT BEACH R- 6096-5 (714) 751-7373 Fax(714) 545-8883 OF C A1 - F DATE CHECKED: DATE:N0. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 10 OF 20 MH 13 2020 / z 0 z 0 U w w w Cn / Cn w w Cn / z w / N O CxDO O w Z: N / z 0 z 0 0 w w w / w w / Z: w / N O 00 O O w z N co LL J L0 ISTING LEF EOG PROFILE 1150 qTA• 1 4-9. nn. ' PVI ELEV:151.98 O ULVC: 50.0u G1: -5.20%. 03 + ci O U ao C)+ 9o -5 209 G2: -1.57% C) 00C) m i >� n oIJ Ln J o o U O N rn n p N N v CD +c�i+�; 00 CD �� 'r' + �� v O J 00 + N O O J oU Lr) 0 N L6 -1.57% OJ 0 O N + r7 U O O O I �� o J O U p CIA pp �� O J O J pp OU +- prn PVI STA: 6+00.00 PVI ELE`/:144.35 LVC:"75.00 G1: -1.63%,G2: -3.24% c� I� > O OJCO�OI-j > vOULq J0_j n do UOIUp' O CA m L0 PROP. C/L PROFILE Ioma+ EXIST. C�'L M � � �_ LOIS ..�2 _ + � N + I\ OO � N � pp � � c0 ± + + 00 N I- CO T� ui J O O r7 J r\i I i +� CD 'D N v p N +� ^p -3.24q 0 00 Lo EXISTING RIGHT `-EOG PRCFILE CA CA SCALE: HORIZ: 1"=40' VERT: 1 "=8' 0+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 CONSTRUCTION NOTES: O1 PROTECT IN PLACE, ITEM NOTED O2 REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT 00 LO S 61 O CONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED 3 TO 90% MIN. PER GEOTECHNICAL REPORT. "71 4509 4501 `so O REMOVE EXIST. AND RECONSTRUCT TYPE "A" PCC CURB & GUTTER PER CNB 4621 4615 4607 I 4601 4521 > 4515 STD 182—L X 0 �y REMOVE EXIST. AND RECONSTRUCT 6 -IN THICK DRIVEWAY APPROACH TYPE I PER CNB STD -162-L, SEE ITEM(S) NOTED ON PLAN a O REMOVE EXIST. AND RECONSTRUCT 4 -IN THICK PCC SIDEWALK PER CNB 2 3 S y� 22 2 3 +co STD -180-L 10 y 4 10 REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO GRADE 10 WM PER CNB STD -511 -L 00 ® 4 O REMOVE EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME & COVER 22 �0 M �® 3 ®� �3 -��x5 TO GRADE PER CNB STD -401-L AND CNB STD -111-L +0� 1st W 3+0 W w 5 00 W 7�s 6+0 W W 7+ 2 A�q4+00 i t TIL EI ISp E EME E 601 O oIF URB RAIN 4 4LF p 4620 22 4614 16 4606 1 C B 4600 DRAI 4518 4512 IDE ALl�oa& 4506 APP A 4500 _401 N 0) �° `� O 607 SEE SHEET 5 SEE SHEET 9 CAMEO HIGHLANDS DRIVE WAYNE ROAD ROCKFORD ROAD LEGEND LIMITS OF PAVEMENT RECONSTRUCTION LIMITS OF CONCRETE IMPROVEMENTS NOTE: * OVER -SATURATED SOIL CONDITIONS NOTE. CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER 40' 20' 0' 40' 80' MIRAFI RS580I FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL ON SHEET 4. GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: (f ESS /o, CAMEO HIGHLANDS STREET RECONSTRUCTION o P S 0 M A S J. Tql q� PLAN AND PROFILE G 3 Hutton Centre Drive No. 38832 ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. WAYNE ROAD STA 0+00 TO 7+27.52 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 C1 ���DESIGNED: HN DRAWN: HN 03/13/2020 CITY OF NEWPORT BEACH R- 6096-S (714) 751-7373 Fax(714) 545-8883 OF C A1 - F DATE CHECKED: MH 13 2020 DATE: N0. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 11 OF 20 / z 0 z 0 0 w w w / w w / Z: w / N O 00 O O w z N U Z 0 U z 0 U W W' H W W co / co W W co / c� Z W / N O 00 0 0 W z N r5 EXISTING LEFT L6 PVI STA: 4+50.00 PVI EL E :176.70 Lo PVI STA: 6+00.00 _ LVC:1 0.00 LVC:50.00 G1: 0.42%, 2: -0.68% LVC:1 0.00 PVI STA: 7+00.00 61. o o o. o, m >� > m N N G1: -0.68%,G2:-5.98% U O JQ- ISO JO JO -JW ,Ij pow p U o U F-- 61E-5 UN ULO U� U00 UN U0 ULr) UO U � m r,o �o �p Jp J > co G1:-5.98%G2:-2.71% Jp p Lri p m r- O O O�UO p Uc O J� JC)E5 ��p0+4+�+�0 Oa OUi Uto N �O N L17O�NO cDN�N00� �Oa p p p N O �� + +�+�+�+�+�+�±�+ �p �� �� U11) "O � + N I\ �+ O 0) O Oso �I�cD0o0p�N �%�Ln��L1)+Ln+�Npr-(:,) 0� Ln CD UO J Q � OUOIU �LO�Lc���O N� M� + ee r"v L) + �v) ()UOJ >17 + s C"1 or'lf -i -i Lr) +�oNp��� zF �� 0.49% 0.42% -0. `n `°�cD�Ln �rn�rn�UOUo�p J o� m O O I� C) LC') cD cD cD N Ln U cD + O 00 �j O O + L(7 N I� L0 J m O O O O N of ��O+LU p+- cD I� O pp p O OJ p U J U 0 O 6• J UJ � •od EXIST. C/L PROP. C I O� + O -2.71 2 o� °° "' cD � N OU r`) p U N +� +� + 1. -0.85% CD -i O U pN p U r a; �t°+� Cl- — J J U C)UjU 0) CA III N Ge Ni �- XI IN IGH -- L0 LM _ C Ni SCALE: HORIZ: 1"=40' VERT: 1 "=8' 0+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 9+00 10+00 CONSTRUCTION NOTES: O1 PROTECT IN PLACE, ITEM NOTED O2 REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT I CONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED O TO 90% MIN. PER GEOTECHNICAL REPORT. o 4833 O REMOVE EXIST. AND RECONSTRUCT TYPE "A" PCC CURB & GUTTER PER CNB � 4821 4733 STD-182—L 404827 X 4815 4807 4801 a 7 138SF APPROACH O REMOVE EXISAND RECONSTRUCT 6-IN THICK DRIVEWAY APPROACH TYPE I 6S 0 7 216SF°° 27 a 47 4721 PER CNB STD-162-L, SEE ITEM(S) NOTED ON PLAN SIDEWALK 4715 O REMOVE EXIST. AND RECONSTRUCT 4-IN THICK PCC SIDEWALK PER CNB 3 10 P H 8 64S 8 16SF1 L 1 SIF 2 1 CURB STD-180-L 4 22 22 0 DRAIN 409 O REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO 10 GRADE PER CNB STD-511-L 3 —�- E - _ E 7 149S 11 ADJUST TO GRADE UTILITY BOX BY OTHERS w `� s� 3 E 1 00 ��— w ss s E 3E E s / 16 REMOVE EXISTING TREE 2+00 w w3+00 w w 5+00 w �w�p _ W- pREMOVE 41>0� 22 EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME & COVER 7 32SF TO GRADE PER CNB STD-401-L AND CNB STD-111-L --- SIDEWALK 1 2 y 8 32SF 8 32SF g 3 8 2 0 32SF 8 4 ty 2 3 175 4 J 4815 4718 ,\ 4823 4807 48014737 4731 � � Ln � 8 128SF SEE SHEET 16 &CPO GARRETT DRIVE C) i/� AT DORCHESTER ROAD S cs o �, 1 <v � LEGEND � �o o c c � � o LIMITS OF PAVEMENT RECONSTRUCTION V' 7� 0 LIMITS OF CONCRETE IMPROVEMENTS ROO-, ".J X� 14 Q NOTE: C * OVER-SATURATED SOIL CONDITIONS NOTE: LV CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER ^ 40' 20' 0' 40' 80' MIRAFI RS5801 FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL ON SHEET 4. GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION P SOMAS o ESS �o, ���� J� Tql � q� �%�°`- PLAN AND P RO F I L E �o� G 3 Hutton Centre Drive No. 38832 N ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. DORCHESTER ROAD STA 0+00 TO 10+00 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 C1 o���Q DESIGNED: HN DRAWN: HN DATE 03/13/2020 CITY OF NEWPORT BEACH R- 6096-5 (714) 751-7373 Fax(714) 545-8883 OF CA1 \F CHECKED: MH DA03 13 2020 NO. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 1 2 OF 20 U Z 0 U z 0 U W W' H W W co / co W W co / c� Z W / N O 00 0 0 W z N r5 / z 0 z 0 0 w L1J L1J / L1J L1J / Z: L1J / N O 00 O O w z N LW UP Li CT) —Z 1 160 NPui P11 kLVC: m 0 CD CTA- -�4-r)n PVI vELEV:163.07 `i0.00 �).35� m v cfl G2: -1.33% PVI STA: 15+75.00 PVI STA: 16+25.0d--__ PVI ELEV:159.43 PVI ELEV:157.22 w J Om CD O ON o J J o� oU �� Opera o f o� OJ C) O� oc� �� > r, �t Ir- m ``� w J cflo�IN— N i IN— v LC) V Cfl Oln p r-00 N O� CD J OU o� Lvr; 5n.nn Lvr; 5n nn G1: -1.70%, G1: -4.42%, Uco 2:-4.42% �,r, G2:-6.01% >_ 00 >17 O Ocfl LL1rn O W + (� + �� +� - 0.41 % N( —0.21 % NCO _ 41% O _. r) n v00 +Pn N I jl��j�+Nle CD OU T) CDOCO + — (D rr. + C7 r c° V.35af -1.33% C) Ln J OU C + o Ln/o Ln wLn�JpJ �� UN Ln U r,IC) C) _j > I_ o � O Lri " __j O � �' Lri f7 + CO I� N w O y r OI n Ln In Ln + - - + N Ln ` Ln v O C7 OLU o + �� Ln Ln �O + 1N NI-- —CD �� �pII 160Zy Lot CD -���� L0 CIA oU Q w Z EXIST. C/L PROFILE PROP. C/L PROFILE N ° V'��q O r,l + C'4 `` � N + Ln U EXISTING RIGHT EOG PROFILE�- .68% Ln �� a- _j Ln a) NLn O O nrl Ln Ln + y �I �I Z 0j SCALE: HORIZ: 1"=40' VERT: 1 "=8' 10+00 11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 CONSTRUCTION NOTES: REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT CONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED TO 90% MIN. PER GEOTECHNICAL REPORT. * Irk? 4 REMOVE EXIST. AND RECONSTRUCT TYPE "A" PCC CURB & GUTTER PER CNB Q Q �, 4621 4615 4607 4601 4521 LJ 4515 4507 NQS 4501 ern STD -182-L REMOVE EXIST. AND RECONSTRUCT 6 -IN THICK DRIVEWAY APPROACH TYPE I °�0 ^tea 7 O Q' Q / PER CNB STD -162-L, SEE ITEMS) NOTED ON PLAN � 8 128SF r�9 � ° 12 � � O REMOVE EXIST. AND RECONSTRUCT 4 -IN THICK PCC SIDEWALK PER CNB STD -180-L QX 2 3 4 °a \ r�9 �9 2 3 2 3 621 10 REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO GRADE O O 9 PER CNB STD -511-L L �'` E 3 E E E E E - E 12 ADJUST TO GRADE MANHOLE PER CNB STD -111-L S D— S _ S� S� — �S� —5� 160 13 REMOVE EXISTING AND INSTALL NEW SEWER CLEANOUT BOX AND COVER TO GRADE 11+0 12+ 13+ 1 +00+00 �6+00 17+00 0 r� PER CNB STD -511-L ��` � w W w w w w _ m m M In w w 21 O REMOVE EXISTING AND INSTALL NEW STORM DRAIN RING, MANHOLE FRAME & V % 17+ 6 COVER TO GRADE PER CNB STD -309-L AND CNB STD -111-L 0 3 ®® - ® y^ 22 REMOVE EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME &COVER GRADE PER CNB STD -401-L AND CNB STD -111-L /TO 13 / 10 I L �� 23I1 GRATE 1 s I WM - 627 23 O REMOVE EXISTING AND INSTALL NEW GALVANIZED CATCH BASIN FRAME AND 4 __- _ 4 GRATING PER CNB STD -321 -L-A AND STD -321 -L -B, NUMBER OF GRATES PER 7 r�� 8 48SF 96SF 8 CATCH PLAN. S EWALKS & AP OACH 4630 4 4 SIDEWALF Ooa 1 moo BASIN 4624 4618 4610 �a 4600 4522 4516 4508 4500 SSS ® 6 33 a SEE SHEET 9 ROCKFORD ROAD DORCHESTER ROAD LEGEND LIMITS OF PAVEMENT RECONSTRUCTION LIMITS OF CONCRETE IMPROVEMENTS NOTE: * OVER -SATURATED SOIL CONDITIONS NOTE. CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER 40' 20' 0' 40' 80' MIRAFI RS5801 FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL ON SHEET 4. GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION o (f ESS �o P S 0 M A S J. l q� ��F�� Tq� �%�-�"� PLAN AND PROFILE �o� G 3 Hutton Centre Drive No. 38832 ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. DORCHESTER ROAD STA 10+00 TO 17+64.66 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 C1 ���DESIGNED: HN DRAWN: HN 03/13/2020 CITY OF NEWPORT BEACH R- 6096-S (714) 751-7373 Fax(714) 545-8883 OF C A1- DATE CHECKED: DATE: N0. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 1 3 OF 20 MH 03 13 2020 / z 0 z 0 0 w L1J L1J / L1J L1J / Z: L1J / N O 00 O O w z N / z 0 z 0 0 w w w / w w / 0 Z: w / N 0 00 0 0 w z N EXISTING LEFT C) EOG PRO f ILL 1190 CA CA Ln 1190 PVI STA: 1+75.00 PVI ELEV:189.13LVC: 50,00 ., o N N VI ELE1✓:191.84 .- l\A /1 A II OY /\Il. /\ A /l OY G 1. 0.` 2% l'L: —U.` 0zo ' � PVI STA:5+00.00 rVI ��. I y I.vtLVC:50.00 LVC:100.00 G1: —0.40%,G2:-5.51 % CD _jW pU _ U O W �' U> POaJ oOI_j Ir)J�rn m� O J �U ��p plJln U N �^ I�OO I/� . O�lnUvu�MO w�+v+�O O I� + O�� � O� + • i �i (fl0 \. d7 -cel v)T6Lf) m �O JO JO JO JO JO Jp JW rnLnUOUInUoUlnUpUrnU O NOOL�I—p/�O.q-C4 -C)NI�00� O (TC) p � �� �0� +ISN l�� c - NTN�N���M�r��17�� O O rn O O rn+ N pU O O � O n 7- U m �� mrn�IJ�IJOIJ.. C\rn lC)UOUOJ wJ- 00 p �� -^ co-- 170 r Ln . U0IC-) 17 00 mI O +�+v)wc�O�j u)v�— C7 L5 -4- + O+ O Cq J rn� —, O+ _ �M �O - �,u.O�� -0O 00 CD OJ ILI 1 O� m J OJ U rr� �p �U : + VI FI FV1R945 ---r �O.O� G2:— .85% UO m�� WOWpIUiw� m pU L1J O O 4 nn1 OU W U +N o^ 00 + oo p 0.05% 9= O Ln 06 + p0o �6 9n% a PRO . C L ROFILE PROFILE cs� +� (� �� It) O O `4- - 0O00 � S„� l o> +_cXJ �0 `�C C14 U) ,4.839 �� �� 2.OUio a_ J JEXIST I W J U O co J U O O� �� —2.53% O I\ I\ O p 1CIACO CD U-) N r�i co _ O CIA ��°o�oo+ oo°O ,I, I "� —1.85% w z J (� -J �1 J J J V lfl I� C) I� I� N 00 pj ao M +I— L 14 Cn - O O+ p EXISTING EOG PR SCALE: HORIZ: 1"=40' VERT: 1 ”=8' 0+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 CONSTRUCTION NOTES: O2 REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT O CONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED TO 90% MIN. PER GEOTECHNICAL REPORT. * _ �v v4 4 O REMOVE EXIST. AND RECONSTRUCT TYPE "A" PCC CURB & GUTTER PER CNB 7-7�j STD -182-L 175 O REMOVE EXIST. AND RECONSTRUCT 6 -IN THICK DRIVEWAY APPROACH TYPE I 4815 4087 4081 4737 4731 PER CNB STD -162-L, SEE ITEM(S) NOTED ON PLAN % ga23 REMOVE EXIST. AND RECONSTRUCT 4 -IN THICK PCC SIDEWALK PER CNB 4a 8 O STD -180-L 7 222SF� 13 REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO GRADE 0 3 SIDEWALK & i 10 O PER CNB STD -511-L S "APPROACH 8 48 F 22 ,o°a 22 T 11 ADJUST TO GRADE UTILITY BOX BY OTHERS x 180 - ° ��2J E -It -- 3 E - E E E 13 REMOVE EXISTING AND INSTALL NEW SEWER CLEANOUT BOX AND COVER TO GRADE - 2 3 PER CNB STD -406-L ) 3+00 4+00 _ CATV 5 Ob90 22 O REMOVE EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME & COVER �1h +00 - _ +00 TO GRADE PER CNB STD -401-L AND CNB STD -111-L M x 4LF SLn 185 4 10 8 I!J�FF 32SF 8'.� �G 4800 700 C ` 190 4824 SEE SHEET 16 GARRETT DRIVESURREY DRIVE SS � �� xol titi �' 1 2 3 LEGEND LIMITS OF PAVEMENT RECONSTRUCTION LIMITS OF CONCRETE IMPROVEMENTS 16S OO k� NOTE: J * OVER -SATURATED SOIL CONDITIONS NOTE: CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER 40' 20' 0' 40' 80' �P MIRAFI RS580I FABRIC PER GEOTECHNICAL REPORT. `v- SEE FABRIC OVERLAP DETAIL ON SHEET 4. GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION o (f ESS �o, P S 0 J. Tql M A S q� PLAN AND PROFILE G 3 Hutton Centre Drive No. 38832 ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. SURREY DRIVE STA 0+00 TO 8+00 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 C1 ���DESIGNED: HN DRAWN: HN 03/13/2020 CITY OF NEWPORT BEACH R- 6096-S (714) 751-7373 Fax(714) 545-8883 OF C A1 - F DATE CHECKED: DATE: N0. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 14 OF 20 MH 13 2020 / z 0 z 0 0 w w w / w w / 0 Z: w / N 0 00 0 0 w z N U Z 0 U z 0 U W of w w co / co w w co / Z w / N O 00 0 0 w z N r J EOG PROFILE --\o Z CIAPVI STA: 11+25.00 PVI STA: 2+00.00 PVI STA: 3+00.00 PVI ELE :192.17 PVI ELE ✓:191.32 r1f, W - EOG PROFILE 185 175 PVI ELEV:189.78 G1: 3.119%,02:-0.58% 0° °O :vv U ao G1: -1.12%, 2: -5.31PVl STA- 15+5Q 00 G1: 3.98%, PVI ELE :177.73 G2: 3.19% U U cD oJOJOJ� J >o C) C-) Uo G1: -5.49%G2:-8.10% PVI STA:9+50.00 > m o J OO UO UIQ UO U CV ori N UO U� UO VO JO O + N m �O 00 J I� O N J U J N PVI STA: 00 \� =LAL-Al m O��U�r'�r'�00�Pq 00+N±�+�N�NrnNrnO �rn�°'���� :: +Cj �+ �+ +�Co (0 .17 °'r?a,�o+ ��O�r70+ U� U OJ �� O� ��NNOOVOIJ 9q ,no+cvC r-, ) J >�° �DO�O+�rr�� U W 0 PVI ELE :180.48 �� G11: 2.46 OJ o N+�+oo� U� OU + �T� MN+ o� M O O - mm OJW OU O3O + �m��r�� o f ���m �M O JH ��U�+��pr�NO0U0 co Q z m om+ o �,ri J O� U 'n L LVC: 0.00 G1: - .43%, 0 W >ro >� . +� OpOa �m �� H� ����+��OOU� OJOJ�U(5C.) �0�0�0� O U O U O U OIn � N 17N r-1`10 + 170) ri0) 3.9$% �5 W 0 AL2 ��+prj O- U UN 00 oo '`'o 'nrn 'moo 0 o rn�irn�°'oo m1. 3.8�% ° � OU O ml\ U1jL-) + m m 001 00 m + U -)O p� O U _� W� O r, Ito U-)lU ^cc QLLB k O }< r7 O O 8 jig r- � � O C) C:) m T 0 U ' ° PR FILE XIST. C L �8 `� z . 2.09% 2.4 ROP. C/L ° + ui- � + o J OUJJ J J mJ 0 PROFILE PROFILE ° ����� °� — moo 5.6890' � C + EXISTING RICHT J ~ U i ^ EOG PROFILE o • J `' ; N C) ciW FOG RN OFILE �o r, O C) Qu O +� O� 175 CA 0) SCALE: HORIZ: 1"=40' VERT: 1 "=8' 8+00 9+00 10+00 11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 CONSTRUCTION NOTES: w O1 PROTECT IN PLACE, ITEM NOTED REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT ROCKFORD ROAD O CONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED TO 90% MIN. PER GEOTECHNICAL REPORT. * REMOVE EXIST. AND RECONSTRUCT TYPE "A" PCC CURB & GUTTER PER CNB SEE SHEET 9 4 STD -182-L 1 CATCH 4601 I 4515 4509 4 4501 I OO REMOVE EXIST. AND RECONSTRUCT 4 -IN THICK PCC SIDEWALK PER CNB BASIN 4615 4607 STD -180-L G� 4701 4627 4621 � a - 10 REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO 23 GRATE GRADE PER CNB STD -511-L An PA ``� • i 22 2 3 4 I ��� 2 C 4 4L 11 ADJUST TO GRADE UTILITY BOX BY OTHERS 32 SF 8 22 F 18 4 4LF - .� p r 2 10 _ PRUNE TREE ROOTS AND INSTALL ROOT BARRIER 701 CAT 0 10 22 10 22 s 1 1 v E E S SS REMOVE EXIST. AND RECONSTRUCT 6 -IN THICK DRIVEWAY APPROACH TYPE II ss 77tr4 g E 19 PER CNB STD -161-L GRATE 23 E E E i 22 REMOVE EXISTING AND INSTALL NEW SEWER RING, MANHOLE FRAME &COVER 32SF 8 s ss W O L .- TO GRADE PER CNB STD -401-L AND CNB STD -111-L i 207SF w w w o oo `- +00 23 REMOVE EXISTING AND INSTALL NEW GALVANIZED CATCH BASIN FRAME AND �`' co `- G G G + GRATING PER CNB STD -321 -L-A AND STD -321 -L -B, NUMBER OF GRATES PER '� G -- G _ _ PLAN. RB ——�-- G G —G G �s G � G is —77 G - 2 3 4700 x �X SURREY DRIVE LEGEND LIMITS OF PAVEMENT RECONSTRUCTION LIMITS OF CONCRETE IMPROVEMENTS NOTE: * OVER -SATURATED SOIL CONDITIONS NOTE: CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER 40' 20' 0' 40' 80' MIRAFI RS5801 FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL ON SHEET 4. GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION o ESS �o, ���� J� Tql � P SOMAS q� �%�°`- PLAN AND P RO F I L E �o� G 3 Hutton Centre Drive No. 38832 N ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. SURREY DRIVE STA 8+00.00 TO 17+86.97 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 C1 o���Q DESIGNED: HN DRAWN: HN DATE 03/13/2020 CITY OF NEWPORT BEACH R- 6096-S (714) 751-7373 Fax(714) 545-8883 OF CA1 \F CHECKED: MH DA03 13 2020 NO. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 15 OF 20 U Z 0 U z 0 U W of w w co / co w w co / Z w / N O 00 0 0 w z N r U 1-1Z 0 U Z 0 U w w w / w w / Ch Z w N O 00 0 0 w Z N r5 PVI STA: r 8+00.00 e- r LE15. 31 I CLC V. 2 LVC: 50.00 XISTING LEFT G1: 9.03%G2:3.54% EXISTING LET U Ln w o EOG PROFIL F_ Z PVI STA: 7+00.00 PVIo m '6 J o U")0 N o N + `o Cp LVC: 0.00 o rn O rn 00 N `" EXISTING LET < Z Q z ° Urn o C) r � �m N Nm a� 165 EOG PROFILECA U Q1195 p mrd w o m04 °O OJ�UON r,CV PVI STA: + ON�UO�+n+ g' N 0C) RVI STA; 4+00.000 LVC: 5.00 m .d -o oN g 2 ° o P STA: 3+50.00 PVI ELE :178.93 m oo , 00%C° o o U m o +`V _j 00 oo 'OO+N LVC: 0.00 oU G1: 7.44%G2:8.03% >o 00 >o m (D _j I� O N �o m CD > Ucfl O N � CV PVI STA:1 +00.00 U m + O J m tri ° +p0 o Ocfl J OJLUO� ���J O�OJ�UO�+� Lq CD ° > o � LO 0 N J o J N U') K) + �! C0 � PROP. C/ LVC: 0.00 o o O J O� C) _j 00 C6 m� cOD�% ()O — OMS +I O 165 PVI ELE :153.16 UN �� �� N� +O �n cn �% ' 2 az_ �� Z w + �vomCOrn+ � d Z ,�� LW-W.m� % J J G2:6.67% 0' o > 01 O OJ�UwoO U-) o U c�1 o ,� + O — �o �0CIA + M Q +��� r EXISTING RIGHT PR OJ r-,m I_EOG OU O� I W)(6 I� �� ACV + o (mN no +. o o PROP. C/ ++ o �o o+PRORIF PROFILE P OFILE EXIST. /L 1.70 /U7 � PRO- RO -1 LE 20--l' a- J - -i �� J J H J J CC OO — 0000 J : QZ W 100 _(D Lq — 6q _U + Z d — EOG PROFILE - CA SCALE: F) Z HORIZ: 1"=40' VERT: 1 "=8' 0+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 CONSTRUCTION NOTES: O1 PROTECT IN PLACE, ITEM NOTED REMOVE EXIST PAVEMENT AND SUBGRADE FOR NEW PAVEMENT CONSTRUCT 4" AC OVER MINIMUM 8" CMB WITH UPPER 6" SUBGRADE COMPACTED TO 90% MIN. PER GEOTECHNICAL REPORT. * REMOVE EXIST. AND RECONSTRUCT 8 -IN THICK PCC CROSS GUTTER PER CNB STD -186-L RRERMOVN EXIST. RECONSTRUCT 6 -IN THICK DRIVEWAY APPROACH TYPE I v \ O 1AND ON P LR BEXIST. CORTLAND DRIVE �� O REMOVE AND CONSTRUCT 4oINDTHICK PCC SIDEWALK PER CNB SEE SHEET 7 - 215 STD -180-L �gR REMOVE EXIST. & CONSTRUCT PCC CURB ACCESS RAMP PER DETAIL 9 ON / I13b O SHEET 4, CASE PER PLAN AND CURB RAMP DETAILS ON SHEET 17-19. ( DORCHESTER DRIVE SURREY DRIVE 3 2 E 10 REMOVE EXISTING AND INSTALL NEW WATER VALVE BOX AND COVER TO GRADE 8 32SF 517 7 354SF SIDEWAyK S H E 2 S H, �� � PER CNB STD -511-L 13 APPROA 4833 � �T ted, / �P k� 13 REMOVE EXISTING AND INSTALL NEW SEWER CLEANOUT BOX AND COVER TO GRADE $ 4823 �0� cL 2 PER CNB STD -511-L S o 1 CUR < 0 �L a 4824 I ak 22 REMOVE EXISTING AND INSTALL NEW SEWER RING MANHOLE FRAME & COVER / 9 2 l�. k TO GRADE PER CNB STD -401-L AND CNB STD -111-L o W �� � IN SE I, H I, 9 cn CASE $$H „ 9 CAS "H" '� a � 'sem +0 SS o CASE 9 ,o o 0 i 01 p0 � 1 +00 + O+OLX W SS 2+ \h p o 0. 2.28 0 22 � L4 F o o �n °' 0 o 0 3+00 �- 0� 5+00 rn o 6+0 X \ 10 \� o w ww w °�2 x x x X x 10 22 1 CROSS 10 10 1010 NN GUTTER 22 LEGEND GARRETT DRIVE LIMITS OF PAVEMENT RECONSTRUCTION LIMITS OF CONCRETE IMPROVEMENTS NOTE: * OVER -SATURATED SOIL CONDITIONS NOTE: CONSTRUCT 4" AC OVER A MINIMUM 8" CMB OVER 40' 20' 0' 40' 80' MIRAFI RS5801 FABRIC PER GEOTECHNICAL REPORT. SEE FABRIC OVERLAP DETAIL ON SHEET 4. GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 PLANS PREPARED BY: REVIEWED: REVIEWED: CAMEO HIGHLANDS STREET RECONSTRUCTION P SOMAS o ESS �o, ���� J� Tql � q� �%�°`- PLAN AND P RO F I L E �o� G 3 Hutton Centre Drive No. 38832 N ROBERT J. TALAFUS RCE 38832 PATRICIA S. KHARAZMI, P.E. GARRETT DRIVE STA 0+00 TO 8+35.04 Suite 200 ASSOCIATE CIVIL ENGINEER Santa Ana, CA 29707 C1 o���Q DESIGNED: HN DRAWN: HN DATE 03/13/2020 CITY OF NEWPORT BEACH R- 6096-5 (714) 751-7373 Fax(714) 545-8883 OF CA1 \F CHECKED: DA03 NO. DATE DESCRIPTION OF REVISIONS APPROVED PUBLIC WORKS DEPARTMENT SHEET 16 OF 20 MH 13 2020 U 1-1Z 0 U Z 0 U w w w / w w / Ch Z w N O 00 0 0 w Z N r5 CAMEO HIGHLANDS DRIVE / DORCHESTER ROAD INTERSECTION CAMEO HIGHLANDS DRIVE / DORCHESTER ROAD INTERSECTION 1� W z Q z 4' U Lno / I � I LL- LL- LL- (0C �00 V) LO 00O N O r7 O c0 N c0 c0 c0 c0 �W �L, t� N / 6+35.12 ECR \ (163.22)TC J (162.88)FL \ JOINF � / 9+75.70 BCR (164.37)TC `� 163. 163 33 FL 3 TC�y� 4.00 (163.87)FL � JOIN / ` �O TC 164.25 TC 163.75 FL 1 8 TC PO n 0,> < �O �O G9 � Q G � O SS �Z NORTHWEST CORNER CAMEO HIGHLANDS DRIVE / DORCHESTER ROAD INTERSECTION 1 I 0+42.45 E 55.88 157.16 TC )FL JOIN Lk SL 156.66 FL / O STREET LIGHT PULLBOX 156.76 FS -JOIN 157.59 FS 157.66 TC 0" CF CASE "H" 158.12 TC 157.73 FS 157.66 FS 158.85 FS -JOIN 1A 9 TC 0" C Cq \ 158.65 TC � 158.15 FL F 4+75.33 BCR (11 58.78)TC (158.33)FL C�� o / Gy�q JOIN NQS w S �RIV 4*4 I c� )156.71) FS -JOIN I 157.38 1 153.66 FS FS -JOIN CASE "H" 9 157.31 153.19 FS �e . FS 157.45 FS 153.44 TC / 153.26 FS 0+42.46 BCR 157.88 TC (156.34f�FL FS -JOIN 157FS �� t (155.8 FS r'�` - _- JOIN Q - SL ��`�- 156.95 TC /;Zr �9 FS -JOIN 156.45 FL O ° LLJ SL t .t r U C ATV E ATV 156.99 TC 0" CF 00.25 ECR 157.5 TC (157.66)TC 157.0 FL (157.13)FL / JOIN CAMEO In Ll I Ss E� W W NORTHWEST CORNER CAMEO HIGHLANDS DRIVE /WAYNE ROAD INTERSECTION F- 2 CAMEO HIGHLAND DRIVE 1+55.00 BCR (152.30)TC (151.83)FL JOIN w 153.19 TCS TC 152.69 FL 0" CF �s A 0„ CF's 152.666) 52.66 153.66 FS -JOIN FS 153.73 TC 0 CF 154.65 T CASE "H" 9 154.15 FL Q 154.07 TC J 153.80 FS 153.73 FS 9+35.31 BCR 154.94 (154.89)TC 1 FS -JOIN (154.38)F V 14 WM IN H L \LLI / W 0 0 10+30.31 ECR Z (153.53)TC ,°LIJ r` .` Q (153.03)FL J JOIN 1 . 153.94 TC O 153.44 FL 0 -� 0" CF Q E E 153.80 TC CATV0" CF �- -JOIN 54.15 �\ FS 154.30 TC 154.22 S CASE "H" 154.53 TC 154.29 FS 154.22 155.08 FS -JOIN CD- X34. 0 TC 54. 0 FL 2+45.00 BCR (154.88)TC (154.38)FL JOIN 2 CAMEO HI HL�NDS DRIV E CATV - NORTHEAST CORNER CAMEO HIGHLANDS DRIVE / CORTLAND DRIVE INTERSECTION SIGN 1 153.66 FS -JOIN 153.19 FS 153.44 TC 153.26 FS CASE "H" 9 153.32 TC 153.19 FS 153.12 FS 152.69 �9 FS -JOIN t, .e t .t r to • i -E E s � U 10+35.31 ECR (153.37 TC (152.87) JA �e. e` I 153.41 TC 152.91 FL w .83 TC 0" CF 3:0 0 TC Z E J l carv1 +55.00 ECR CATV 15 .38CTL v (152.35)TC O o (151.82)FL+ JOIN �U CAMEO HIGHLANDS DRIVE U > U NORTHEAST CORNER SOUTHEAST CORNER NORTHWEST CORNER CAMEO HIGHLANDS DRIVE / WAYNE ROAD CAMEO HIGHLANDS DRIVE / CORTLAND DRIVE CAMEO HIGHLANDS DRIVE / CORTLAND DRIVE INTERSECTION INTERSECTION INTERSECTION NOTE: LEGEND CONSTRUCTION NOTES: EXISTING LANDSCAPING AND IRRIGATION WITHIN LANDSCAPING PAY LIMIT OF THE CURB ACCESS RAMP PER O1 PROTECT IN PLACE, ITEM NOTED DETAIL 9 ON SHEET 4 SHALL BE REMOVED AND REMOVE EXISTING & CONSTRUCT PCC CURB ACCESS RAMP PER DETAIL 9 REPLACED IN KIND TO THE SATISFACTION OF THE LIMITS OF CONCRETE IMPROVEMENTS O ON SHEET 4, CASE PER PLAN AND CURB RAMP DETAILS HEREON CITY OF NEWPORT BEACH. 14 REMOVE EXISTING AND INSTALL NEW WATER METER BOX TO GRADE PER CNB STD -502-L 20 REMOVE EXISTING AND INSTALL NEW ELECTRICAL PULLBOX TO GRADE PER CNB STD -204-L 10' 5' 0' 10' 20' momi GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 1 + M N � / N M ?_10 P� z CIS �- 16 00 O�jr z 17+93.72 BCR CIC - (1 40.80)TC S(140.80)TC JOIN 97)FL 140.87 TC E 0 / 140.7 F 140.60 � SS T E o 1 TTC 0" CF S e. .. °° o00 141.30 TC 140.80 FL -� F - IN 141.04 i FS 141.40 TC 141.11 FS CASE "H"C /\141.4 / ; FS 1.94 -JOIN C\/ 6+78.07 ECR (141.54)TIC (141.10)FL JOIN I SOUTHEAST CORNER ROCKFORD ROAD / WAYNE ROAD INTERSECTION 1 � 1 c� 1`6+66.53 ECR I (142.78)TC \nI (142.29)FL VvM JOIN O n n142.53 TC tK, O 14 .03 FL D -T� cT _ 141.79 C 0„ C 0" x 142.94 S -JOIN 142.18 FS 142.53 TC 14 .25 FS 9 CASE "H" 142.29 TC 142.18 FS 142.18 141.68 FS FS -JOIN T I T TE- 141. 2 T 4 0' C 1 1.82 TC 1-4170 FL 0+41.49 BCR (141.34)TC (140.85)FL D JOIN c0 qCKFORD PLA E w_ w SOUTHWEST CORNER ROCKFORD PLACE / ROCKFORD ROAD INTERSECTION NOTE: CORTLAND DRIVE / GARRETT DRIVE INTERSECTION _ 10+00 ss - ss - - - - - ss - ss - CAM 0 HIGHLANDS DRIVE c.� 188.11 TC 10+05.66 ECR 187.61 FL (188.38)TC 1869 (187.85)FL 0'CF JOIN 86.7 C T � - '�� - Oi'�V GG G SOUTHEAST CORNER CAMEO HIGHLANDS DRIVE / SURREY DRIVE INTERSECTION EXISTING LANDSCAPING AND IRRIGATION WITHIN PAY LIMIT OF THE CURB ACCESS RAMP PER DETAIL 9 ON SHEET 4 SHALL BE REMOVED AND REPLACED IN KIND TO THE SATISFACTION OF THE CITY OF NEWPORT BEACH. LEGEND LANDSCAPING LIMITS OF CONCRETE IMPROVEMENTS 9+ _w 0" CASE "H" SOUTHWEST CORNER CAMEO HIGHLANDS DRIVE / SURREY DRIVE INTERSECTION I CD CD c� 6+93.17 ECR (183.91)TC - W (183.41)FL �? JOIN - --- s 184.95 TLU 184.55 FIL 1 0 . G - I FS 185.50 FS 9 CASE "H" 186.22 TC 185.57 FS ° 185.50 187.99 �+ FS FS -JOIN SL T T E E' y .E E E w 185.4 TC - 0" CF -CATV U- - CAT CA 185.92 TC h 1 5.42 FL C/) 10+05.66 BCR (187.80)TC (187.34)FL - w w JOIN w w- CAMtO HIGHLANDS DRIVE 10+00 - - ss SS ss 1 NORTHEAST CORNER CAMEO HIGHLANDS DRIVE / SURREY DRIVE INTERSECTION CONSTRUCTION NOTES: O1 PROTECT IN PLACE, ITEM NOTED OREMOVE EXISTING & CONSTRUCT PCC CURB ACCESS RAMP PER DETAIL 9 ON SHEET 4, CASE PER PLAN AND CURB RAMP DETAILS HEREON C 186.45 FIL `'9 \ SFS 4 FS -J01 w C/) O O 0 187.61 TC 183.96 187.11 FS FS -JOIN 9 CASE "H" w 186.97 187.26 TC FS JOIN FS 187.04 FS 183.05 o 6+03.17 BCR186.64 FS l+ U) (186,57)TC I U' FS -JOIN 183.44 TC 186.06)FL 1c 2.94 FL JOIN I' 181.71 182 91 0 �g- o I _S-JOIN SOUTHEAST CORNER CAMEO HIGHLANDS DRIVE / SURREY DRIVE INTERSECTION EXISTING LANDSCAPING AND IRRIGATION WITHIN PAY LIMIT OF THE CURB ACCESS RAMP PER DETAIL 9 ON SHEET 4 SHALL BE REMOVED AND REPLACED IN KIND TO THE SATISFACTION OF THE CITY OF NEWPORT BEACH. LEGEND LANDSCAPING LIMITS OF CONCRETE IMPROVEMENTS 9+ _w 0" CASE "H" SOUTHWEST CORNER CAMEO HIGHLANDS DRIVE / SURREY DRIVE INTERSECTION I CD CD c� 6+93.17 ECR (183.91)TC - W (183.41)FL �? JOIN - --- s 184.95 TLU 184.55 FIL 1 0 . G - I FS 185.50 FS 9 CASE "H" 186.22 TC 185.57 FS ° 185.50 187.99 �+ FS FS -JOIN SL T T E E' y .E E E w 185.4 TC - 0" CF -CATV U- - CAT CA 185.92 TC h 1 5.42 FL C/) 10+05.66 BCR (187.80)TC (187.34)FL - w w JOIN w w- CAMtO HIGHLANDS DRIVE 10+00 - - ss SS ss 1 NORTHEAST CORNER CAMEO HIGHLANDS DRIVE / SURREY DRIVE INTERSECTION CONSTRUCTION NOTES: O1 PROTECT IN PLACE, ITEM NOTED OREMOVE EXISTING & CONSTRUCT PCC CURB ACCESS RAMP PER DETAIL 9 ON SHEET 4, CASE PER PLAN AND CURB RAMP DETAILS HEREON C w C/) O O Li 183.96 - 6+93.17 B R FS -JOIN (183.75) TC 182.98 (183.29) FL FS JOIN 183.05 FS " CASE H" 9 183.44 TC 182.98 1c 2.94 FL 181.71 182 91 0 �g- _S-JOIN FS 9 doh ° SL - SL SL S1. T 182.60 T _ TC T - IF - ., ELj - Op, TVc AT 182. 7 T 9 181. 7 L +19.66 ECR Z) (181.35)TC J01N 81 0.91)FL CAMEO HIGHLA DSD I E ;s NORTHWEST CORNER CAMEO HIGHLANDS DRIVE / SURREY DRIVE INTERSECTION �v/I -- co o C U ;JLn � G� O� Q 166.19 165.69' FL 8+69.40 - - � .. / z �U) (0 � L �r o CASE "H" 9 C) o G 0 5- V� 20 166.40 TC Q 165.90 FIL 7+3 .901 E \ (166.96)T (166.16)FL JOIN Lo V) NCO LL_ \ ff)o V) LL - 441 SOUTHEAST CORNER CAMEO HIGHLANDS DRIVE / DORCHESTER ROAD INTERSECTION 10' 5' 0' 10' 20' momi GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 c� 0 a_ i U Z O U ry V) Z 0 U W w w V) / V) W W _ V) / z w N O 00 O O O w z N I r 0 N I O N O N L I 1 STREET LIGHT PULLBOX c� I 185.45 FS -JOIN 185.76 TC W 0" CF 0+56.82 ECR . .85.69 9 CASE "H" FS 185.09)TC �- (184.63)FL 185.99 TC U-1 JOIN 185.8 -4: --FS F' 1 5.68 T �� ` . 185.76 1 Pic,.18 FS 185.47 TC �O• ` CF 8 TC / 0%CF 186.75 TC 186.25 FL GP�� 48 JON / (187.13)TC (186.62)FL JOIN 5k0,i NORTHWEST CORNER GARRETT DRIVE / SURREY DRIVE INTERSECTION I c� 1 STREET LIGHT PULLBOX 0 V) 172.48 FS -JOIN Q 171.80 OFS 172.33 TC 0-01 i 0+56.82 ECR 171.87 FS (172.26)TC 9 CASE "H" W (171.7 JOFN I ` ` ` \, 172.57 TC � 171.95 FS FS -JOIN WFS 1S FS 171.84 TC P is 171.34 FL o o 0 17 .43 TC e CF O0ee 171.50 TC 0" CF 172.8 6 FL 3+29.83 BCR (173.35)TC (172.77)FL JOIN O GP�� 3kpp NORTHWEST CORNER GARRETT DRIVE / DORCHESTER ROAD INTERSECTION GARRETT DRIVE / SURREY DRIVE GARRETT DRIVE / DORCHESTER ROAD INTERSECTION INTERSECTION NOTE: LEGEND EXISTING LANDSCAPING AND IRRIGATION WITHIN LANDSCAPING PAY LIMIT OF THE CURB ACCESS RAMP PER DETAIL 9 ON SHEET 4 SHALL BE REMOVED AND REPLACED IN KIND TO THE SATISFACTION OF THE LIMITS OF CONCRETE IMPROVEMENTS CITY OF NEWPORT BEACH. ROCKFORD ROAD / SURREY DRIVE INTERSECTION ROCKFORD ROAD / DORCHESTER ROAD INTERSECTION CONSTRUCTION NOTES: O1 PROTECT IN PLACE, ITEM NOTED OREMOVE EXISTING & CONSTRUCT PCC CURB ACCESS RAMP PER DETAIL 9 ON SHEET 4, CASE PER PLAN AND CURB RAMP DETAILS HEREON ROCKFORD ROAD / DORCHESTER ROAD INTERSECTION 19+00 SOUTHWEST CORNER ROCKFORD ROAD / WAYNE ROAD INTERSECTION 10' 5' 0' 10' 20' mmi GRAPHIC SCALE Note: For reduced sized prints, original scale is in inches C-7067-2 \ \ RN OM1 -3 R2-1(25) 1 4700 � 159LF P4 S W1 -6(R) \ 5 9LF P1 � SURREY DRIVE \ 170E - � F P4 RN W1 6(R), 120 _ _ \ W13-IP(15) ►� P1 121_1` I P1 \ 123 � 271_1` P1 P5 10LF P5 \ P1 24LF 4509 1 � 4515 4601 4607 4615 4621 4627 4501 4701 115 / \ 109 P1 121_1` , d 6 - P5 P1 17LF RN W1 -1(L), P5 LPN X115 W13-IP(15) 40 � � \ P1 28LF N�C� _011 , GPMEO M P1 12LF 4500 4508 4516 4522 4600 4610 4618 4624 I 46 \ P1 30LF P5 P1 201_1` 30 / 633 SNS 1 P5 116 I� 701 I N \ - - - 10921_1` p3 � P1 131_1` • DORCHESTER ROAD P1 13LF 700 I I I I 48oo I 4818 ,, 40 4824 pi 13LF - \ ccov P5I I 4501 4507 4515 4521 4601 4607 4615 4621 4633 1 I P130LF P1 121_1` 4727 _ O 12LF P1 P1 7LF SURREY DRIVE I V_ U 630 4718 �I 4731 I 4737 I I o 4500 4506 4512 4518 4600 4606 I 4614 4620 181_1` 4801 I 4807 28LF P1 4815 I P1 1 P5 I P5 D • ' 4701 _ L 4823 �0 13LF P1 m DO I 0 RCHESTER ROAD I 13LF P1 co WAYNE ROAD rn i / P5 s�j0 / _ 9 21 LF P1 70 —I / \ T . ► 524 � 4��s P5 m P1 11 LF P1 15LF P1 291_1` P5 121_1` P1 ► / 4721 4727 4733 4801 / 4509 4515 4521 4601 4607 4615 4621 _ 4807 21 LF P1 P5 28LF P1 4501 � 410 � 4815 4821 P5 w _ 518 �� �— 4827 4833 I I 15 P5 16LF P1 o � '� So 1 / 5 I 1,PC' 121_1` P1 U) (P4 501_1` � 512 4708 4714 4720 4726 I 47 I 4520 4600 4606 4614 4620 515 Z 32 4800 4806 1 Q 13LF P1 1 R1-1 1 4812 1 LF P3 5i LF P4 P2 P2 P3 751_1` 4818 482 I 12LF P1 40' 1� I I I 5 / _ -_ - 4 P 1 1 - _ - _ - 517 , CORTLAND DRIVE � _ L _ _ p _ _ L � o 1 121_1` ON 2i ---- - CORTLgND D j Q T RIVE S �S0j7 112LF P1 U' �201I , / 00 06 \ / 45's P1 30LF P5 R1-1 1 _ 10' 7LF P1 111_1` P1 P5 P4 50LF Z30LF P5 _ / I 4521 4527 4601 4607 4615 4621 4627 20' 4701 4709 4715 4721 4727 4733 4801 4807 I 4815 RN 4 821 24LF P1 1 1 4827 P5 1 I 4833 4839 � I L E COAST HWY SIGNING, STRIPING AND CURB PAINTING PLAN SCALE: 1"=80' PLANS PREPARED BY: P S 0 M A S 3 Hutton Centre Drive Suite 200 Santa Ana, CA 29707 (714) 751-7373 Fax(714) 545-8883 50' m TYPICAL ELBOW CORNER (NOT TO SCALE) REVIEWED: CfESS No. 38832 ROBERT J. TALAFUS RCE 38832 CIVIC ���DESIGNED: HN DRAWN: HN OF CA 1 �F CHECKED: DATE: MH 03/13/2020 NO DATE DESCRIPTION OF REVISIONS LIMIT LINE STOP MARKING 0 *50' 8' TYP. aiw=o *50' I I I I I *UNLESS OTHERWISE SHOWN TYPICAL STRIPING TERMINATION (NOT TO SCALE) REVIEWED: ANTONY BRINE, P.E. CITY TRAFFIC ENGINEER DATE 03/13/2020 APPROVED GENERAL NOTES 1. ALL WORK SHALL BE IN ACCORDANCE WITH THE PROJECT SPECIAL PROVISIONS, THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREENBOOK), 2015 EDITION AND ALL SUPPLEMENTS, THE CALTRANS STANDARD PLANS, DATED 2010, THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (CA MUTCD), 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 OF STRIPING. 3. CONTRACTOR TO REPAINT ALL CURBS WITH PAINT TO MATCH EXISTING. 4. ALL MARKINGS TO BE THERMOPLASTIC PLACED VIA EXTRUSION OR RIBBON METHOD C-7067-2 CAMEO HIGHLANDS STREET RECONSTRUCTION SIGNING, STRIPING AND CURB PAINTING PLAN CITY OF NEWPORT BEACH R- 6096-S PUBLIC WORKS DEPARTMENT SHEET 20 OF 20 CONSTRUCTION NOTES 0 PROTECT IN PLACE P1 REPAINT TOP AND FACE OF CURB RED P2 INSTALL THERMOPLASTIC 12" WHITE STOP BAR AND WHITE STOP LEGEND PER CALTRANS STD. PLAN A24C - A24E AND ENCLOSED DETAIL *. P3 INSTALL THERMOPLASTIC 4" YELLOW CENTERLINE PER DETAIL 1, CALTRANS STD. PLAN A20A. P4 INSTALL THERMOPLASTIC 4" DOUBLE -YELLOW CENTERLINE PER DETAIL 21, CALTRANS STD. PLAN A20A. P5 INSTALL FIRE HYDRANT MARKERS PER CITY OF NEWPORT BEACH STD -902-L RN REMOVE EXISTING SIGN AND REPLACE WITH NEW SIGN AS SHOWN OS INSTALL NEW SIGN AS SHOWN C-7067-2 CAMEO HIGHLANDS STREET RECONSTRUCTION SIGNING, STRIPING AND CURB PAINTING PLAN CITY OF NEWPORT BEACH R- 6096-S PUBLIC WORKS DEPARTMENT SHEET 20 OF 20