Loading...
HomeMy WebLinkAboutC-7433-2 - Bison Avenue, San Joaquin Hills Road and San Nicolas Drive Pavement Rehabilitation<rFoaN',: August 25, 2021 R.J. Noble Company Attn: Steve Mendoza 15505 E. Lincoln Avenue Orange, CA 92865 PJ�,w�xnL tt�•.n li. �.. JiI�mILi ��_'.Gr,U ')11'1.1-0.i_SiJi '+.q,, i,n I wwl" Ila -•,b IA,UJ'N Subject: Bison Avenue, San Joaquin Hills Road and San Nicolas Drive Pavement Rehabilitation — C-7433-2 Dear Mr. Mendoza: On August 25, 2020, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on August 28, 2020 Reference No. 2020000445074. The Surety for the contract is Western Surety Company and the bond number is 30079988. Enclosed is the Faithful Performance Bond. Sincerely, , Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT B Executed in Duplicate CITY OF NEWPORT BEACH BOND NO. 30079988 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ N/A , being at the rate of $ N/A thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to R.J. Noble Company hereinafter designated as the "Principal," a contract for mobilization and demobilization; best management practices (BMP); traffic control plan and implementation; staking and survey monument restoration; utility company coordination and utility verification, clearing and grubbing, removal of existing roadway improvements, subgrade preparation, cold milling of existing asphalt pavement roadway; crack sealing, construction of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs, Portland cement concrete (PCC) driveway approaches, PCC cross gutter; decorative PCC median pavement, PCC curb ramps, truncated domes, PCC curb and gutter, PCC median curb, minor landscaping and irrigation repairs, utility adjustments, monitoring well adjustments, traffic signage improvements, striping and painted curb improvements, traffic signal improvements, as - built plan preparation, and all other work required by the contract documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and __ Western Surety Company -------------- ------------------------------------------------------------------------------------, duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Six Hundred Eighty One Thousand Three Hundred Twenty Five Dollars ($2,681,325.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not R.J. Noble Company Page B-1 exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 16th day of December 12019 . R.J. NOBLE COMPANY X Name of Contractor (Principal) Author&M Signature/Title At CARVER, V.P. OF OPERATIONS Western Surety Company Name of Surety 2020 Main Street Suite 750 Irvine CA 92614 Address of Surety Surety: 666-40_4-7926 /_Agerit: 949-486-791_7_ Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE 30 Aaron C. Harp City Attorney Authorized Agent Signature James Scott Salandi, Attorney-in-fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BF_ ATTACHED R.J. Noble Company Page B-2 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE 4 1189 1i®rt+sasr 11rAaaaasunaaaoaattrto+�arar aa�aaufl A notarypublic or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document' State of California County of ORANGE On I_'-17- 19 before me, .1. DEIONGH, NOTARY PUBLIC , AUSTIN CARVER personally appeared Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/her/their authorized capacity(ies), and that by his/he;/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. * J. DEIONGH Notary Public - California Orange County Commission p 1307441 My Comm, Expires Oct 18, 1013 + 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_ Place Notary Seal and/or Stamp Above Signature of Notary Public -- -- - --- OPTIONAL I Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ ❑ Corporate Officer - 171 Partner -- ❑ Limiter ❑ Individual Title(s): 1 ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer - Title(s): _ ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator []Other: Signer is Representing r aHBeecearaFa+sl&eetaa tiaaaandw+s�+.,cebarunrtr�s ©2018 National Notary Association ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or -validity of that document. State of California County of Orange On DEC 1 6 2019 before me, Michele A. Fedoruk, Notary Public (insert name and title of the officer) personally appeared James Scott Salandi, Attorney -in -Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(x) is/aRx subscribed to the within instrument and acknowledged to me that he/ske wy executed the same in his/ka4their authorized capacity(iea), and that by his/herAheir signature(%) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MICHELE A. I EOORUK NotaryPubhc CabtE -0 -0-Orange County -- Commission # 2278042 r� My Comm. Expires Apr 14, 2022 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 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. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 1 ss. On .20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) R.J. Noble Company Page B-3 \Akstern Surety Company POWER OF ATTORNEY APPOINTING MMMUAI, ATTORNEY-IN-FACT Mnaw All Asea R7 These Preemie, Thal Wl?STIIItN SURETY COMPANY. a SOUS' Dakota corporation, is a duty �niwd sort existing corporation Iadng its pnncipsl offloe In the City of Sbanx Falls, and SMV of South Dakota, and Inst it droll by vilnlo of the sigvatune and seal barbel affixed harpy make, Costitue ad appoint James Scott Sabmdi, Leonard 7dminsky, ,David Jacobson, Individually Of hvdne. CA, ns true aM lawlil AOarnry(s)-in-Fact with IWI Powys and meholity henry cotfumd to sign, seal and oxocrde tar and on its behdfbotds. tmdertakinjip and olar obligatory iushum un, of omilm ualuro - In Unlimited Amounts - aM to bind it thereby n IWdy and to the am led" ms if such inot0me1811 were sypmd by a duly nthoiad officer of the copo ltion and sv the acts of acid Atlomy, qunmg to de mathoity herby given, err hmaby atiSed and confi n rd. T11111 Poorer of Attorney Or tmcte and executed Purstmd to and by authority of de lly-draw Rived nr the mae,ae hereof, ndy,dopL4 as insured, by the shar'drolderm of the eopaW an. In Whams 141 m WBR78RN SURETY COMPANY law ..nerd Auer t—da to be eipnd by its Vice Pmeldmt am a0 a pofte seat to be hereto affixed on this lah day of hino, 2015. WESTERN SURETY COMPANY �Pnd r HuBaI, Vice Ptaideot Shte Of South I)akoa County of Mimeiaha ON On this 1816 day of hum. 2015, beton ere Posonahly corm pod T. 131dia1, to me knew%who. being by oe duly swat; did dq>oee end say; den he rcaidn ® the Cly of Slow[ Fath, SMV Of South DXIODW that he is the Vice President of WESTERN SURETY COMPANY described in audwldch oseented the above instrument: flat be knewm the sal of amid caporWm: that the swl affixed to the said bssmumod is soda copome seri; Bat i1 wn so sued Pummd to sudmttr ttbea by the Board of Dire :ram of said mPordhn mal flat he atgned him rant, thereto puramt to Tike althaky, and adnewledges sane to be de ad ofd deed of said corporation MY commirimu Mwiast 8. ICHCH _ Falmry a 12, 2021 !1olC --- eOttlX CKRTWItXrK S Bhrh. Notary Ptlid'u: 1. 1- Nohsen. Anioat.. Scadary of WESTERN SURETY COMPANY do Maduy cer" that the Pawn of AIWmy haeimbove met forth is SM in liars, and 5nthar comlly the the Say-IAw of lin copoodom Prised on the raverao ha'Vof ie Myy n.I' In tCsthmmmy whaaofI have herertn[o subscribed MY myna and PAxcd the sal of tho sold corporation Iiia dry of d tp Z� 19 WESTERN SURETY COMPANY OtAv 6r yrmx w.axaOrrnta^I- Ndeoq Aaddmt Secretary November 2, 2020 R.J. Noble Company Attn: Steve Mendoza 15505 E. Lincoln Avenue Orange, CA 92865 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 rnx newportbeachca.gov Subject: Bison Avenue, San Joaquin Hills Road and San Nicolas Drive Pavement Rehabilitation - C-7433-2 Dear Mr. Mendoza: On August 25, 2020 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on August 28, 2020, Reference No. 2020000445074. The Surety for the bond is Western Surety Company and the bond number is 30079988. Enclosed is the Labor & Materials Payment Bond. Sincerely, 1 i '� Leilani I. Brown, MMC City Clerk Enclosure Executed in Duplicate Iw1l"IM1111 CITY OF NEWPORT BEACH BOND NO. 30079988 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to R.J. Noble Company hereinafter designated as the "Principal," a contract for mobilization and demobilization; best management practices (BMP); traffic control plan and implementation; staking and survey monument restoration; utility company coordination and utility verification; clearing and grubbing, removal of existing roadway improvements, subgrade preparation, cold milling of existing asphalt pavement roadway; crack sealing, construction of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs, Portland cement concrete (PCC) driveway approaches, PCC cross gutter; decorative PCC median pavement, PCC curb ramps, truncated domes, PCC curb and gutter, PCC median curb, minor landscaping and irrigation repairs, utility adjustments, monitoring well adjustments, traffic signage improvements, striping and painted curb improvements, traffic signal improvements, as - built plan preparation, and all other work required by the contract documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company -------------------------------------------------------------------------------------------- duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Six Hundred Eighty One Thousand Three Hundred Twenty Five Dollars ($2,681,325.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with R.J. Noble Company Page A-1 respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 16th day of December , 20 19 . R.J. NOBLE COMPANY Name of Contractor (Principal) Western Surety Company Name of Surety 2020 Main Street, Suite 750, Irvine, CA 92614 Address of Surety Surely: 868-404-7926 /Agent: 949-486-7917 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 2/yz7-o �. : By Aaron C.arFi' p W b13- 1 City Attorney X Autho SiAnature/Title AUS' Pl C. RV :.2, V.P. OF OPERATIONS X Aut d Agent Signature James Scott Salandi, Attorney-in-fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.J.Noble Company Page A-2 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE 5 1189 t�@dil@d�l i>FftEtt3rF RLit37urBl@� A notarypublic or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validityof that document. State of California County of nRANGF 1`-17-1`/ J. DEIONGH, NOTARY PUBLIC On Bate before me, AUSTIN CARVER personally appeared Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/she" executed the same in hisiheritheir authorized capacity(ies), and that by his/herkhQir signature(&) on the instrument the person(&), or the entity upon behalf of which the person(s) acted, executed the instrument. J. DEIONGH yq' Notary Public Callfornl Orange Ccommissla ounty ~ �a<" MY C mm.7441 Expires Oct 28, 2023 J Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand OPTIONAL official seal. f. Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual D Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n Othpr, Signer is Representing: 02018 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact o Trustee ❑ Guardian or Conservator ❑ 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 Orange On DEC 1 6 2019 before me, Michele A. Fedoruk, Notary Public (insert name and title of the officer) personally appeared James Scott Salandi, Attorney -in -Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/anx subscribed to the within instrument and acknowledged to me that he/%he" executed the same in his/herftek authorized capacity(k*, and that by his/herAha r signature(%) on the instrument the person(%), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal 'MICHELE A. FEOORUK > Notary Public - California Orange County Commission # 2238042 My Comm. Ezplre Apr 14, 2022 Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 1 ss. On 20 before me, Notary Public, personally appeared _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) R.J. Noble Company Page Batch 7344227 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 3 of 3 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder 1111111111111111111111111111111111111111111111111111111111111111111111111111111 NO FEE *$ R 0 0 1 1 9 7 5 5 5 0$* 2020000445074 9:34 am 08/28/20 7 Sec2A N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and R -J. Noble Comparry, Orange, California, as Contractor, entered into a Contract on November 19, 2019. Said Contract set forth certain improvements, as follows: Bison Avenue, San Joaquin Hills Road and San Nicolas Drive Pavement Ration - C-7433-2 Work on said Contract was carrpleload, and was Rxind to be acceptable on Aumid 25.2020, by the City Cmx1 d_ Tiiije to said property is vested in the Owner and the Surety for said Conhact is Western Surety Conryww BY Pa& WorksDirector NewportCity of VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on (d a1� w�'at Newport Beach, California. BY M� City Clerk0 ,FWPOn_ https:Hgs.secure-recording.com/Batch/Confirmation/7344227 08/28/2020 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and R.J. Noble Company, Orange, California, as Contractor, entered into a Contract on November 19, 2019. Said Contract set forth certain improvements, as follows: Bison Avenue, San Joaquin Hills Road and San Nicolas Drive Pavement Rehabilitation - C-7433-2 Work on said Contract was completed, and was found to be acceptable on August 25, 2020, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. BY 7 - i'd di Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �1 at Newport Beach, California. BY a-44 City Clerk c\�Foa% CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 29th day of October, 2019, at which time such bids shall be opened and read for BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Project No. 19R21 Contract No. 7433-2 $3,000,000 Engineer's Estimate Approved by James 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 Mouse Graphics at (949) 548-5571 659 W. W1 Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" For further information, call Ben Davis, Project Manager at (949) 644-3317 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca gov/government/open-transparent/online-services/bids-rfps- vendor-reqistration City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Project No. 19R21 Contract No. 7433-2 TABLE OF CONTENTS NOTICE INVITING BIDS...... ........ Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER.....................................................................19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL .................... SPECIAL PROVISIONS.. 2 .............. I........... PR -1 ...I ...................... SP -1 City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Proiect No. 19R21 Contract No. 7433-2 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) 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, 2"d Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 7034774, 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: 4 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 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. 782908 CLASS A & C- 12 Contractor's License No. & Classification 1000004235 06/30/2022 DIR Registration Number & Expiration Date R.J. NOBLE COMPANY Bidder 5 X Authorize Si nature/Title STEVE I ENDOZA. SECRETARY 10/29/2019 Date City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Project No. 19R21 Contract No. 7433-2 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 amount bid ------------------------------- ---------------------------- Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of BISON AVENUE, SAN JOQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION, Contract No. 7433-2 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 24th day of October 2019. RJ, NOBLE' CONIPANA' Name of Contractor (Principal) Western Surety Company Name of Surety 2020 Main Street, Suite 750 Irvine, CA 92614 Address of Surety 866-404-7926 Telephone James Scott Salandi, Attorney-in-fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) C:1 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 9 00waoi ioeai+otie€ 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 1 County of ORANS;F 1 On 10/28/19 before me, J. DEIONGH, NOTARY PUBLIC , Date Here Insert Name and Title of the Officer STEVE MENDOZA personally appeared Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand apA official seal. Sig OPTIONAL of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n Other- Signer ther Signer is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General O Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ®�®Mos 02018 National Notary Association Sao J. DE IONGH Commission # 212804 Notary Public California '° Orange County 1`"''° My Comm. Expires Oct 26. 201 f Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand apA official seal. Sig OPTIONAL of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n Other- Signer ther Signer is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General O Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ®�®Mos 02018 National Notary Association ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On OCT 2 it 2019 before me, Michele A. Fedoruk, Notary Public (insert name and title of the officer) personally appeared James Scott Salandi, Attorney -in -Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(x) is/aFa subscribed to the within instrument and acknowledged to me that he/sue" executed the same in his/herAhok authorized capacity(ie*, and that by his/harftek signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MICHELE A. EEDORUK f _ ti ss Notary Public . California Orange County Commission u 2238042 My Comm. Expires Apr 14J2 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 I ss. On 20 before me, Notary Public, personally appeared _ who proved to me on the basis of satisfactory evidence to be the p subscribed to the within instrument and acknowledged to me that h in his/her/their authorized capacity(ies), and that by his/her/their s the person(s), or the entity upon behalf of which the person(s) actp I certify under PENALTY OF PERJURY under the laws of the paragraph is true and correct. WITNESS my hand and official seal. Signature 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 wit aper Identification Paper Identification Credible Witness( ) Capacity(ies) claimed y Signer(s): Trustee Power of orney CEO/C 0/COO Presi nt / Vice -President / Secretary / Treasurer Other 7 on } whose name(s) is/are e/they executed the same atures(s) on the instrument executed the instrument. of California that the foregoing (seal) Thumbprint of Signer I Check here if no thumbprint or fingerprint is available ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ss. ' On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) hose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she ey executed the same in his/her/their authorized capacity(ies), and that by his/her/their sign res(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acteq,( xecuted the instrument. I certify under PENALTY OF PERJURY under the laws of the S#e of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) F--TiR4 • 14461e]MA iH A notary public or other officer completin this certificate verifies only the identi#y of th individual who signed the document to which/acuracy, certificate is attached, and not the truthfulness, or validity of that document. State of California County of On Notary Public, personally who proved to me on the subscribed to the within i in his/her/their authoriz c the person(s), or the 9fitit -Iss. 20 before me; Asis of satisfactory evidence to be the person(s) whose name(s) is/are ;trument and acknowledged to me that he/she/they executed the same capacity(ies), and that by his/her/their signatures(s) on the instrument upon behalf of which the person(s) acted, executed the instrument. I certify under PE( ALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true/and correct. WITNESS mvAand and official seal. Signerure (seal) 8 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Kmw All MW By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint James Scott Salandi, Leonard Zimiusky, David Jacobson, Individually of hvine, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as 8rlly and to the same want as if such h aftuments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority horoby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof; duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presorts to be signed by its Vice President and its coipmi" seal to be bereto affixed on this 10h day of June, 2015. WESTERN SURETY COMPANY AP'Paui T. Brueat, vice President State of South Dakota County of Minaehaha as On this 18th day of June, 2015, before me personally came Paul T. Bnttlat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice -President of WESTERN SURETY COMPANY described in and which executed the above habument; that he knows the seal of said corporation; that the seal affixed to the said hnsnument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires s S. EOUTH :;;� February 12, 2021 �,- A► JMtiYMW4�htiW WM + 11 - &A Ch+'..RTFFICAT1t S. Eich. Notary Public 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set foeth is still in farco, and farther cortify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of X T 7 4 _2 &19 WESTERN SURETY COMPANY s�Ar �Ja I�IiJ LIQ Fo®F426o-7-2012 L. Nelson, Assistant Secretary City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Project No. 19R21 Contract No. 7433-2 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 Soecifications 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. R.J. NOBLE COMPANY X Bidder AuthorizePiqyAturefTitle STEVE MENDOZA, SECRETARY D1 City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Proiect No. 19R21 Contract No. 7433-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name R.J. NOBLE COMPANY 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 REHABILITATION OF PARK AVENUE Project Description AC PAVING, SURVEY, STRIPING, CONCRuri-', CRACKFIL.L, LANDSCAPE, ELECTRICAL & ADJ UTILITIES Approximate Construction Dates: From Agency Name CITY OF TUSTIN Contact Person EDDY JAN 11/2017 To: 10/2018 Telephone ( 714) 573-3157 000. 0. Original Contract Amount $ 1,419,mal Contract Amount $ 1,629,018.86 If final amount is different from original, please explain (change orders, extra work, etc.) EXTRA WORK Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO 10 No. 2 Project Name/Number LINCOLN AVENUE STREET IMPROVEMENTS Project Description AC PAVING, STRIPING, LOOPS, LANDSCAPING, CONCRETE, & ELECTRICAL Approximate Construction Dates: From 03/2018 Agency Name CITY OF ANAHEIM BOB LUCIANO Contact Person To: 07/2018 Telephone (714) 765-5176 Original Contract Amount $ 528,000.00Final Contract Amount $ 530,433.55 If final amount is different from original, please explain (change orders, extra work, etc.) EXTRA WORK Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 3 Project Name/Number Project Description CAPO CAPISTRANO VILLAS STREET IMPTS AC IMPROVEMENTS, STRIPING, ELECTRICAL, CRACK SEAL, SLURRY SEAL Approximate Construction Dates: From 11/2017 Agency Name CITY OF SAN JUAN CAPISTRANO Contact Person PAUL MESHKIN To: 05/2018 Telephone (949) 443-6350 Original Contract Amount $2,168,000."nal Contract Amount $ 2,186,492.92 If final amount is different from original, please explain (change orders, extra work, etc.) EXTRA WORK Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO 11 No. 4 PALMYRA AVE STREET REHABILITATION Project Name/Number Project Description AC REHABILITATION, SURVEY, STRIPING, REMOVE & REPLACE CONCRETE Approximate Construction Dates: From 04/2018 Agency Name CITY OF ORANGE To: 11/2018 Contact Person MATT LORENZEN Telephone (114) 744-5566 Original Contract Amount $ 1,075,000."nal Contract Amount $ 1,110,444.12 If final amount is different from original, please explain (change orders, extra work, etc.) EXTRA WORK Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 5 Project Name/Number STREET IMPROVEMENTS ON VALENCIA AVE Project Description AC, PAVING, REMOVE CONCRETE, ELECTRICAL, & SURVEY Approximate Construction Dates: From 09/2018 Agency Name CALTRANS To: 01/2019 Contact Person MOHAMAD YACOUB Telephone (94Sj279-8433 Original Contract Amount $ 3,457,000."nal Contract Amount $ 3,580,359.00 If final amount is different from original, please explain (change orders, extra work, etc.) CHANGE ORDER WORK Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. we] 12 No. 6 Project Name/Number TYLER STREET WIDENING Project Description AC PAVING, FENCE, CONCRETE-, ELECTRICAL, UNDERGROUND; PIPEWORK, RETAINING WALL, LANDSCAPE Approximate Construction Dates: From 11/2015 To: 06/2017 Agency Name CITY OF RIVERSIDE Contact Person STEVE HOWARD Telephone (951) 826-5567 Original Contract Amount $1,872.373.Onal Contract Amount $ 6,045,243.82 If final amount is different from original, please explain (change orders, extra work, etc.) CHANGE ORDERS Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. R.J, NOBLE COMPANY Bidder 13 Authoriz # SigrIafure/Title STEVE MENDOZA, SECRETARY Chuck Spiers 15505 E. Lincoln Ave. Orange, CA 92865 Office: (714) 637-1550 Email: chuckspiers@rjnoblecompany.com EXPERIENCE General Superintendent R.J.Noble Company, Orange, CA, 2003 - Current - Plan, direct, and manage designated projects - Ensure that objectives are accomplished in accordance with outlined priorities - Oversee daily job operations for multiple projects Foreman R.J.Noble Company, Orange, CA, 2000 - 2003 - Delegate responsibilities and designed time schedules - Order material & equipment on a daily basis Operator Matich Corp., San Bernardino, CA 1989-2000 EDUCATION High School - Hemet High School, Class of 1988 PROFESSIONAL - CPR Certified, Expires 01/2018 TRAINING & CERTS - Fundamentals of Successful Project Management, 02/2014 RECENT ACCOMPLISHMENTS Recently Completed Projects for RJ Noble - City of Huntington Beach Argosy, Yorktown & 6th St - City of Irvine Street Rehab - City of Huntington Beach Main, Talbert & Heil - Port of Long Beach Pier F Cutoff Wall Dec -15 Contract Amount: $1,800,000 B.J., NOBLE Contract Amount : $5.1 million Feb -17 Compan Chuck Spiers 15505 E. Lincoln Ave. Orange, CA 92865 Office: (714) 637-1550 Email: chuckspiers@rjnoblecompany.com EXPERIENCE General Superintendent R.J.Noble Company, Orange, CA, 2003 - Current - Plan, direct, and manage designated projects - Ensure that objectives are accomplished in accordance with outlined priorities - Oversee daily job operations for multiple projects Foreman R.J.Noble Company, Orange, CA, 2000 - 2003 - Delegate responsibilities and designed time schedules - Order material & equipment on a daily basis Operator Matich Corp., San Bernardino, CA 1989-2000 EDUCATION High School - Hemet High School, Class of 1988 PROFESSIONAL - CPR Certified, Expires 01/2018 TRAINING & CERTS - Fundamentals of Successful Project Management, 02/2014 RECENT ACCOMPLISHMENTS Recently Completed Projects for RJ Noble - City of Huntington Beach Argosy, Yorktown & 6th St - City of Irvine Street Rehab - City of Huntington Beach Main, Talbert & Heil - Port of Long Beach Pier F Cutoff Wall Dec -15 Contract Amount: $1,800,000 Oct -15 Contract Amount : $5.1 million Feb -17 Contract Amount: $2.6 million Sep -16 Contract Amount: $4 million ,e R.J. NORL� Contract Amount: $2.1 million Company Kori Porter 15505 E. Lincoln Ave. Orange, CA 92865 Office: (714) 637-1550 Email: koriporter@rjnoblecompany.com EXPERIENCE Project Engineer R.J.Noble Company, Orange, CA, 2005 - Current - Oversee multiple construction projects from beginning to end - Manage all subcontractors compliance on project - Maintain daily job costs for multiple projects - Maintain project schedules, budgets, and compliance EDUCATION Post Bachelorette - Masters of Science, Civil Engineering, Class of 2014 California State University, Fullerton RECENT ACCOMPLISHMENTS College - Bachelor of Arts, Business Management, Class of 2005 California State University, Fullerton High School - Esperanza High School, Class of 2000 Recently Completed Projects for RJ Noble - City of Yorba Linda La Palma Ave - City of Dana Point Annual Resurfacing - City of Orange Annual Pavement Maint - County of Orange Ladera Ranch Apr -16 Contract Amount: $2.1 million Jun -16 Contract Amount: $2.1 million Jul -16 Contract Amount: $3.7 million Feb -17 Contract Amount . $3.4 million City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Project No. 19R21 Contract No. 7433-2 NON -COLLUSION AFFIDAVIT State of California ) ORANGE ) ss. County of ) STEVE MENDOZA being firstt dul sworn deposes and says that he or she is SECRETARY of R. NOBL� COMPANY , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. R.J. NOBLE COMPANY Bidder Authorize Sign re/Title STEVE MENDOZA, SECRETARY Subscribed and sworn to (or affirmed) before me on this 29TH day of OCTOBER 2019 by STEVE MENDOZA proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. X J. DEIOHGH Notary Public _ ( Fr Notary Pnge - California Orange County _ [SEL] L� Commission tl 2307441 �7cn My Comm. Expires Oct 28, 2023 My Commission Expires;L-012ji?) 14 City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Project No. 19R21 Contract No. 7433-2 DESIGNATION OF SURETIES Bidder's name R.J. NOBLE COMPANY Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): PATRIOT RISK & INSURANCE SERVICES 2415 CAMPUS DRIVE SUITE 200, IRVINE, CA 92865 SCOT SALANDI 949-486-7917 (BONDS) LAURIE SYLVESTED 949-486-7900 (INSURANCE) WESTERN SURETY 2020 MAIN STREET STE 750, IRVINE, CA 92614 DAN MAJAM 866-404-7926 15 City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Proiect No. 19R21 Contract No. 7433-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name R.J. NOBLE COMPANY Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Current Record Record Record Record Record Year of for for for for for Record 2018 2017 2016 2015 2014 Total 2019 No. of contracts 90 92 100 83 100 498 33 Total dollar Amount of $58 $92 $83 $93 $95 $93 $514 Contracts (in MILLION MILLION MILLION MILLION MILLION MILLION MILLION Thousands of $ No. of fatalities NONE ----- -------------- --------- ----- --------------- ------------- ------------- NONE No. of lost WorkdayCases NONE---- ------------- --------------- -------------- ------------- ------------- -NONE No. of lost workday cases involving permanentNONE------ ------------ --------------- -------- -- ------------- ------------ NONE transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder R.J. NOBLE COMPANY Business Address: 15505 E. LINCOLN AVE., ORANGE, CA 92865 Business Tel. No.: 714-637-1550 State Contractor's License No. and Classification: 782908 CLASS A & C-12 Title X STEVE MENDOZA, SECRETARY The above information was compiled from the rete' rds 4 at 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 X Date I Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of 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 ATTACHED] 17 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 ��ar�o®oi 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 1 County of ORANGE J} On 10/29/19 before me, J. DEIONGH, NOTARY PUBLIC , Date Here Insert Nome and Title of the Officer CRAIG PORTER personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person/whose nameo{is/are subscribed to the within instrument and acknowledged to me that he/fihefthey executed the same in his/`_�"_`&4f authorized capacity(jW, and that by his/hentWir signaturejs�on the instrument the persons , or the entity upon behalf of which the personvacted, executed the instrument. J. DEIOHGH Notary range a California _ Orange County Commission k 2302841 ' My Camm. EzDir� Oc: Ploce Notary Seal and/or Stomp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer - Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: 02018 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer - Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 X4"00 rwr A notary public or other officer completing this certificate verifies onlythe identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of s2RANSjE On 10/29/19 before me, J. DEIONGH, NOTARY PUBLIC Date STEVE MENDOZA Here Insert Name and Title of the Officer personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personS4whose name(A is/a;:o-subscribed to the within instrument and acknowledged to me that he/sfiefthey executed the same in his/herittre authorized capacity(i" and thatb his/her/cf%ir signature(p on the instrument the personal, or the entity upon behalf of which the personl7acted, executed the instrument. I DEIONGH� Notary g - California - =� Orange County Commission k 2307441 My Comm. Expires Oct 28, 2023 Place Notary Seal and/or Stomp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signatu OPTIONAL of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: HOW 02018 National Notary Association Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Proiect No. 19R21 Contract No. 7433.2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name R.J. NOBLE COMPANY The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature # I 10/22/2019 X STEVE OZA, SECRETARY 18 City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Prosect No. 19R21 Contract No. 7433-2 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: R.J. NOBLE COMPANY Business Address: 15505 E. LINCOLN AVE., ORANGE, CA 92865 Telephone and Fax Number: 714-637-1550 714-637-6321 California State Contractor's License No. and Class: 782908 CLASS A & C-12 (REQUIRED AT TIME OF AWARD) Original Date Issued: 08/1999 Expiration Date: 08/31/2020 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: JACOB BREEDLOVE, SENIOR ESTIMATOR The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone MICHAEL J. CARVER, PRESIDENT 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550 CRAIG PORTER, SENIOR VICE PRESIDENT 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550 STEVE MENDOZA, SECRETARY, 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550 JAMES N. DUCOTE, TREASURER 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550 Corporation organized under the laws of the State of CALIFORNIA 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NONE All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: RJ, NOBLE COMPANY For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; NONE TO REPORT Briefly summarize the parties' claims and defenses; N11A Have you ever had a contract terminated by the owner/agency? If so, explain. NO Have you ever failed to complete a project? If so, explain. 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 coQ?�liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / Flo ) 20 Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) NO N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. R.J. NOBLE COMPANY Bidder CRAIG PORTER (Print name of Owner or President of Corp ton/Comp ny) X i/ Authorized SignorelTitle SENIOR VICE PRESIDENT Title 10/29/2019 Date On 10/29/2019 before me, J,,` Notary Public, personally appeared CRAIGPORTER who proved to me on the basis of satisfactory evidence to be the person(,w'f whose name4k is/ace subscribed to the within instrument and acknowledged to me that he/sheA4ay executed the same in his/her/their authorized capacity and that by his/heel hsk signature;Kon the instrument the personal, or the entity upon behalf of which the personal 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. WITN S m hand and official seal. otary blit in and for said State My Commission Expires:*6_? 21 J. DEIONGH :�` Notary public - yrn la j� Orange County (SEAL) ` Commission k 230744 My Comm. Expires Oc: 28. 2023 City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Project No. 191121 Contract No. 7433-2 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 BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION CONTRACT NO. 7433-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 19th day of November, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and R.J. Noble Company, a California corporation ("Contractor"), whose address is 15505 E. Lincoln Avenue, Orange, California, 92865, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: completion of this contract consists of mobilization and demobilization; best management practices (BMP); traffic control plan and implementation, staking and survey monument restoration; utility company coordination and utility verification; clearing and grubbing, removal of existing roadway improvements, subgrade preparation, cold milling of existing asphalt pavement roadway; crack sealing, construction of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs, Portland cement concrete (PCC) driveway approaches, PCC cross gutter; decorative PCC median pavement, PCC curb ramps, truncated domes, PCC curb and gutter, PCC median curb, minor landscaping and irrigation repairs, utility adjustments, monitoring well adjustments, traffic signage improvements, striping and painted curb improvements, traffic signal improvements, as -built plan preparation, and all other work required by the contract documents (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7433-2, 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 Six Hundred Eighty One Thousand Three Hundred Twenty Five Dollars ($2,681,325.00). 3.2 This compensation includes.- 3.2.1 ncludes: 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 Chuck Spiers to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to R.J. Noble Company Page 2 act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: R.J. Noble Company Page 3 Attention: Steve Mendoza R.J. Noble Company 15505 E. Lincoln Avenue Orange, CA 92865 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. R.J. Noble Company Page 4 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and R.J. Noble Company Page 5 City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. R.J. Noble Company Page 6 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 seg., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 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 R.J. Noble Company Page 7 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. 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 R.J. Noble Company Page 8 shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] R.J. Noble Company Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE By: � Aaron C. Harp A .;L - City Attorney ATTEST: Date:, By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: -4/7 z,a By - Will O'Neill Mayor CONTRACTOR: R.J. Noble Company, a California corporation Date: Signed in Counterpart By: Craig Porter Senior Vice President Date: By: Signed in Counterpart Steve Mendoza Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements R.J. Noble Company Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: /?(o By. Aaron C. Harp - Lb•� City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Diane B Mayor Dixon CONTRACTOR: R.J. Noble Company, a California corporation Date: 12-12-19 By: STIN CARVER, S"W(Vice President Date. 12-12-19 By: jA&�4� Steve doza Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements R.J. Noble Company Page 10 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 rllaie�orio�+r 8 A notarypublic or other officer completing this certificate verifies onlythe identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of nRANC-1F On 12 -I2 -I9 before me, J. DEIONGH, NOTARY PUBLIC Heie hisei! Nome and Title of the effice,Dote AUSTIN CARVER personally appeared Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/herftheir authorized capacity(ies), and that by his/herltheir signature(&) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. J. DEIONGH z W Notary Public California Orange County Commission # 2307441 My Comm. Expires Oct 28, 2023 Place Notory Seal and/or Stomp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: rgE#��aaoevEie�@ 02018 National Notary Association CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California 1 County of DRANGE J} On 12-12-19 before me, J. DEIONGH, NOTARY PUBLIC personally appeared STEVE MENDOZA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/sheA#ey executed the same in his/herAhei authorized capacity(ies), and that by his/her4heir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. *my J. DEIONGH Notary Public - CaliforniaOrange County > Commission N 2307441 Comm. Expires Oct 28, 2023 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL ture of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact o Trustee o Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: [ie — ------ - 02018 National Notary Association ACTION TAKEN PURSUANT TO THE UNANIMOUS WRITTEN CONSENT OF THE DIRECTORS OF R.J. NOBLE COMPANY A California Corporation The undersigned, constituting all of the directors of the above-named Corporation, and acting pursuant to the authority of Section 307(b) of the California General Corporation Law, hereby adopt the following recitals and resolutions effective as of January 1, 2019. IT IS HEREBY RESOLVED that the following named persons are elected and appointed to the offices indicated herein. Such appointment shall be effective immediately and shall continue until further action of the Directors of the Corporation in accordance with the Bylaws of this corporation: President Secretary Chief Financial Officer Vice President Vice President vice President Assistant Secretary Michael J. Carver Steven L. Mendoza James N. Ducote Craig Porter Austin M. Carver KaSondra Carver Gonzalez Jacob Breedlove IT IS FURTHER RESOLVED that in order to promote efficiency in the execution and delivery of written contracts in furtherance of the Corporation's business, the Board of Directors has determined that it would be in the best interests of the Corporation to authorize any of its duly elected or appointed officers to enter into and execute binding written obligations and contracts on behalf of the Corporation without the prior express consent of the Board of Directors so long as (a) such obligation or contract does not exceed Five Million Dollars ($5,000,000) in the aggregate in value, and (b) such obligation or contract is in furtherance of the Corporations primary business; IT IS FURTHER RESOLVED that binding upon the Corporation with ($5,000,000) must be approved and all contracts and/or obligations a value in excess of Five Million executed by Michael J. Carver. Executed in Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 30079988 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to R.J. Noble Company hereinafter designated as the "Principal," a contract for mobilization and demobilization; best management practices (BMP); traffic control plan and implementation; staking and survey monument restoration; utility company coordination and utility verification; clearing and grubbing, removal of existing roadway improvements, subgrade preparation, cold milling of existing asphalt pavement roadway; crack sealing, construction of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs, Portland cement concrete (PCC) driveway approaches, PCC cross gutter; decorative PCC median pavement, PCC curb ramps, truncated domes, PCC curb and gutter, PCC median curb, minor landscaping and irrigation repairs, utility adjustments, monitoring well adjustments, traffic signage improvements, striping and painted curb improvements, traffic signal improvements, as - built plan preparation, and all other work required by the contract documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company -------------------------------------------------------------------------------------------------- duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Six Hundred Eighty One Thousand Three Hundred Twenty Five Dollars ($2,681,325.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with R.J. Noble Company Page A-1 respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 16th day of December 20 19 R.J. NOBLE COMPANY Name of Contractor (Principal) Western Surety Company Name of Surety 2020 Main Street, Suite 750, Irvine, CA 92614 Address of Surety Surety: 866-404-7926 /Agent: 949-486-7917 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: / By:Z�--C-,- aron C. arp •10 City Attorney X Autho Si nature/Title ALST CARV_ V.P. OF OPERATIONS X <- Aute-Ageht Signature James Scott Salandi Attorney-in-fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.J. Noble Company Page A-2 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 »004100 1dq 0081 0800 A notarypublic or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of QRAN�E On 12-17-19 before me, J. DEIONGH, NOTARY PUBLIC DateAUSTIN CARVER personally appeared Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hefAheir authorized capacity(ies), and that by his/herftheir signature(&) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. J. DEIONGH - Notary public • California Orange County Commission k 2307441 C4(,iORM�¢ MY Comm. Expires Oct 28, 2023 Place Notary Seal and/or Stomp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand a)olofficial seal. OPTIONAL Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: t)1g1t�€ �1�1?I@�b1B 02018 National Notary Association ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On DEC 1 5 2019 before me, Michele A. Fedoruk, Notary Public (insert name and title of the officer) personally appeared James Scott Salandi, Attorney -in -Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(%) is/acac subscribed to the within instrument and acknowledged to me that he/ghexlwy executed the same in his/baniftak authorized capacity(k*, and that by hislhar tb[ek signature(e) 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. f. �. h MICHELE A. FEDORLIK Notary Public - California Orange County Commission N 2238042 My Comm. Expires Apr 14, 2022 Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ss. On _ 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of I ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ............._.__._.._._...... _ _.....- R.J. Noble Company Page A-3 EXHIBIT B Executed in Duplicate CITY OF NEWPORT BEACH BOND NO. 30079988 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ N/A , being at the rate of $ N/A thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to R.J. Noble Company hereinafter designated as the "Principal," a contract for mobilization and demobilization; best management practices (BMP); traffic control plan and implementation; staking and survey monument restoration; utility company coordination and utility verification; clearing and grubbing, removal of existing roadway improvements, subgrade preparation, cold milling of existing asphalt pavement roadway; crack sealing, construction of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs, Portland cement concrete (PCC) driveway approaches, PCC cross gutter; decorative PCC median pavement, PCC curb ramps, truncated domes, PCC curb and gutter, PCC median curb, minor landscaping and irrigation repairs, utility adjustments, monitoring well adjustments, traffic signage improvements, striping and painted curb improvements, traffic signal improvements, as - built plan preparation, and all other work required by the contract documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company ------------------------------------------------------------------------------------------------------------ , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Six Hundred Eighty One Thousand Three Hundred Twenty Five Dollars ($2,681,325.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not R.J. Noble Company Page B-1 exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 16th day of December 12019 . R.J. NOBLE COMPANY Name of Contractor (Principal) Western Surety Company Name of Surety 2020 Main Street Suite 750 Irvine CA 92614 Address of Surety Surety: 866-404-7926 / Agent: 949-486-7917 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 2/VZo By: //—� aron C. Harf 01W 1•13.0 City Attorney X Authorto Signature/Title AI_J'ST( R -V 11,'.. V.P. OF OPERATIONS n =gent Signature James Scott Salandi, Attorney-in-fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.J. Noble Company Page B-2 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 EIRMON NVAO €-4WHWOMM 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 0RANC-,F On 12-17-19 before me, J. DEIONGH, NOTARY PUBLIC Date, AUSTIN CARVER personally appeared Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/#ey executed the same in his/herAhetr authorized capacity(ies), and that by his/ber/thcam signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. . J. DEIONGH Notary Public - California r Orange County Commission a 2307441 MY Comm, Expires Oct 28, 2023 r Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS Signature OPTIONAL nd an official seal. J') Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer – Title(s): ❑ Partner – ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer – ❑ Partner – ❑ Limite ❑ Individual Title(s): 1 ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: 8@ 02018 National Notary Association ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange Firm DEC 1 6 2019 before me, Michele A. Fedoruk, Notary Public (insert name and title of the officer) personally appeared James Scott Salandi, Attorney -in -Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(2) is/aRy subscribed to the within instrument and acknowledged to me that he/sue" executed the same in his/herAhek authorized capacity(ieso, and that by his/herAhek signature(%) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MICHELE A. FEDORUK Notary Public - California !' Orange County Commission H 2238042 My Comm. Expires Apr 14, 2022 Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On _ '20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 1 ss. On , 20 before me, , Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) R.J. Noble Company Page B-3 \Akstern Surety Company POWER OF ATTORNEY APPOINTING MWWAL ATTORNEY IN FACT Know All Mem B7 These Praeeota, That WESTERN SURETY COMPANY, a South Dakota corporation. is a duly aeganized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota,and that it does by virtue of the sigos4tre and seal herein afflmd hereby make, catstitute and appoint James Scott Salandi, Leonard Zhnlnsky, .David Jacobson, IndividuaRy of hvim CA, its true and lawAil Attorney )p -in Fact with Bill power and authority hereby cofficred to sign, seal seri exoaile for and on its bebalf bates. undertakings and other obligatory hrstruments of similar antrum - In Unbimited Amounts - and to bird it thereby as billy and to the same an" as if such instrnmerr<s were signed by a duly authorized drm of the corporation and sill the acts of said Attorney. pint to the authority hereby given, are hereby ratified and cont'irmed. This Power of Attorney is made and executed pnnswA to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by do slrandvAdera of the corporation. In VVN� VVhereor, WESTERN SURETY COMPANY has owned these P=mts to be w8oeit by its Vico Posidaut and its corporac seal to be hereto ff"h-d on. this 18th day of Juw. 2015. WESTERN SURETY COMPANY aaA� T. Btutlat, Vita President State ofSouth Dakota County of Miundsha On Win 18th day of Juno, 2015, before me personally came Paul T. Btufiat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that be is the Vice -President of WESTERN SURETY COMPANY dwaribad in and which executed the above instrunlmrt; that he knows the seal of said corporation; that the seal affixed to the said instrumert is such corporate: seal; that it was so allied pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My wmrnission expires S. EICM February 12, 2021 trOtra AiUr.1C CERTMICATE S. Hich, Notary Public 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that tlx: Power of Attorney hereinabove ad forth is stiil in Aorta, and !lather' certify that the By -Law of the corporation primal on the reverse hereof isstillfour. in testimony whereof I brut bereunto subscribed mrsm y ro and affixed the seal of We said corporation this day of t 1 6 2019 WESTERN SURETY COMPANY rorty `� . /�llllll 11"�L/ L. Nelson, Assi� Seea+etary Fe®F12aD7-7Al2 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 R.J. Noble Company Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten R.J. Noble Company 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 R.J. Noble Company 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. R.J. Noble Company 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. R.J. Noble Company Page C-5 Subject : City of Newport Beach: Notice of Compliance for R.J. Noble Company Memo: Dear Business Partner, The insurance documentation submitted on behalf of R.J. Noble Company satisfies the minimum insurance requirements for City of Ne.vport Beach and has been verified as compliant. No further action is required at this time. You will receive a renewal notice requesting updated insurance documents in advance of expiration. If you have any questions, please contact EXIGIS Risk Management Services at supporU?e�igis.co^� or 800-430-1589. Thank you for your cooperation and timely fulfillment of this important request. Sincerely, EXIGIS Risk Management Services On behalf of City of Newport Beach 800-430-1589 suUportCaexigis.com Reference/ Vendor ID : 16613 Organizational Unit : City of Newport Beach -> Public Works Agreement Name : Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Agreement Number : 7433-2 City of Newport Beach BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION Proiect No. 19R21_ Contract No. 7433-2 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7433-2 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 10/29/2019 Date 714-637-1550 714-637-6321 Bidder's Telephone and Fax Numbers 782908 CLASS A & C-12 Bidder's License No(s). and Classification(s) 1000004235 DIR Registration Number Bidder's email address: R.J. NOBLE COMPANY Bidder X Ade,-a- Bidder's"AufKorized Signature and Title STEW 'I 4ENDOZA, SECRETARY 15505 E. LINCOLN AVENUE, ORANGE, CA 92865 Bidder's Address stevemendoza@rjnoblecompany.com PR -1 City of Newport Beach Page 1 BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION (C-7433-2), P,mted 10i29i2019 Bid Results Bidder Details Vendor Name R.J. Noble Company Address 15505 E. LINCOLN AVENUE ORANGE, CA 92865 United States Respondee Jennifer De longh Respondee Title Contract Administrator Phone 714-637-1550 Ext. 311 Email jenniferdeiongh@rnoblecompanycom Vendor Type CADIR License # 782908 CADIR 1000004235 Bid Detail Bid Format Electronic Submitted October 29: 2019 11 19 34 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 193125 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type Bid Submittal C-7433-2 RJ Noble Cc Bid Submittal C-7433-2 RJ Noble Co10292019084824.pdf General Attachment Bid Bond C-7433-2 RJ Noble Co Bid Bond 0-7433-2 RJ Noble Co10282G19145340.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment C-7433-2 Bison Avenue, San Joaquin Hills Road and San Nicolas Drive Pavement Rehabilitation 1 Mobilization and Demobilization LS 1 $120:000.00 $120 000 00 2 Surveying Services LS 1 $25.000.00 $25.000.00 3 Traffic Control LS 1 $120,00000 $120 000 00 4 Clearing and Grubbing LS $1,500.00 $1 500.00 5 Roadway Excavation for Full Depth Pavement Sections (8 -Inch Excavation) SF 51500 $653 S27 295 00 City of Newport Beach Page 2 BISON AVENUE., SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION (C-7433-2), Pnr^ted 16/29/2019 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 6 Roadway Excavation for Full Depth Pavement Sections (9 -Inch Excavation) SF 13750 $1.40 S19.250.00 7 Roadway Excavation for Full Depth Pavement Sections (10 -Inch Excavation) SF 6600 $1.60 $10.560.00 a Cold Mill Existing AC Pavement 1 -Inch Max SF 56500 $0,21 $11.865.00 9 Cold Mill Existing AC Pavement 3 -Inches Max SF 728000 $0.29 $211,120.00 10 Cold Mill Existing AC Pavement Variable Depth (3 -Inches to 1 -Inch) SF 28000 $0.14 $3:920.00 11 Crack Seal LS 1 $5;000.00 $5,000.00 12 Construct AC Pavement (Surface and Leveling Courses) TN 6100 $82.00 $500,20000 13 Construct AC Pavement (Full Depth Pavement Sections) TN 3750 $67.00 $251250.00 14 Constuct ARHM Pavement Surface Course TN 9000 $96.50 $868,500.00 15 Remove Existing and Construct 4 -Inch Thick PCC Sidewalk SF 3775 $10.50 S391637,50 16 Remove Existing and Construct 4 -Inch Thick Median PCC Pavement SF 290 $19.00 $551000 17 Remove Existing and Construct 8 -Inch Thick PCC Commercial Driveway SF 710 $1700 512.070.00 18 Remove Existing and Construct 8 -Inch Thick PCC Cross Gutter Spandrel SF 105 $26.50 $2.732.50 19 Remove Existing and Construct PCC Curb (Typle B) LF 170 $61 00 S10370,00 20 Remove Existing and Construct PCC Curb and Gutter (Type A) LF 265 $79.00 S20 935 00 21 Remove Existing and Construct PCC Curb and Gutter (Type C) LF 95 $70.00 $6 650 00 City of Newport Beach Page 3 BISON AVENUE, SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION (C-7433-2; Panted 10/2912019 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 22 Remove Existing and Construct 4 -Inch Thick PCC Curb Ramp EA 17 $6,200.00 $105,400.00 23 Remove Existing and Install Truncated Dome Tiles in Median Passageway EA 4 $1,000.00 $4.000.00 24 Remove Existing Access Ramp and Construct Pavement; Curb and Gutter and Landscaping in Kind EA 5 $3,800.00 $1900000 25 Remove Existing Access Ramp and Construct Pavement; Curb and Gutter and Hardscape in Kind EA 1 $3;800.00 $3,800.00 26 Remove Existing and Construct Catch Basin Cover, Lid and Portion of Local Depression EA 1 $8,000.00 $8:000,00 27 Remove and Replace Storm Drain Manhole Ring, Frame and Cover to Grade EA 15 $1;425.00 $21,375.00 28 Remove and Replace Water Meter Box to Grade EA 1 $530.00 $53000 29 Remove and Replace Water Valve Box and Cover to Grade EA 61 $950 00 $57.950.00 30 Remove and Replace Monitoring Well Box and Cover to Grade EA 1 $950.00 $9.50.00 31 Remove and Replace Sewer Cleanout Box to Grade EA 1 $1.000.00 $1,000.00 32 Adjust Sewer Manhole Rung, Frame and Cover to Grade EA 10 $87500 $8.75000 33 Adjust Water Manhole Ring, Frame and Cover to Grade EA 4 $875.00 $3500.00 34 Remove and Replace Street Light or Traffic Signal Pull Box to Grade EA 16 $800.00 S12.800.00 35 Remove and Replace Traffic Signal Detector Loop EA 147 $265.00 $38.955.00 36 Install New Pedestrian Push Button Post, Relocate Existing Push Button, and Connect to Existing Traffic Signal Wiring EA 3 $3,20000 $9,600.00 37 Relocate Existing Pedestrian Push Button Post and Push Button and Connect to Existing Traffic Signal Wiring EA 1 $2,700.00 $2.700.00 City of Newport Beach Page 4 BISON AVENUE; SAN JOAQUIN HILLS ROAD AND SAN NICOLAS DRIVE PAVEMENT REHABILITATION (C-7433-2); Pr.nted 10/29/2019 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 38 Relocate Existing Type 1-A Pole and Connect to Existing Traffic Signal Wiring EA 2 $5,300,00 $101600.00 39 Install Striping, Pavement Markings; Pavement Markers; and Red Curb Markings LS 1 $84,000.00 $84,000.00 40 Traffic Signage LS 1 $13,000.00 $13,000.00 41 Provide As -Built Plans LS 1 $2:000.00 $2,000.00 Subtotal $2,681,325.00 Total $2,681,325.00 Subcontractors Name & Address Description License Num CADIR Amount Type California Professional electrical 793907 1000001980 $70,250.00 DGS,DBE,FSD,MBE Engineering, Inc. 929 Otterbein Avenue Unit E La Puente, CA 91748 United States Case Land Surveying survey 614 N. Eckhoff Street Orange; CA 92868 United States Superior Pavement Markings striping 5312 Cypress Street Cypress; CA 90630 United States Nobest Inc. concrete 7600 Acacia Ave Garden Grove, CA 92841 United States 5411 1000001533 $19,350.00 776306 1000001476 $91,453.00 356922 1000011529 $213,095.00 CADIR Pg. 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 BISON AVENUE, SAN JOAQUIN HILLS ROAD, AND SAN NICOLAS DRIVE PAVEMENT REHABILIATION PROJECT NO. 19R21 CONTRACT NO 7433-2 DATE: All BY: BY: e ty PWD/City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. NOTICE INVITING BIDS 1. Notice Inviting Bids REPLACE Notice Inviting Bids cover sheet with the attached page. BIDDER'S BOND 1. Bidders Bond and Notary Acknowledgment REPLACE Bidders Bond and Notary Acknowledgment page 6 to page 8 with the attached pages. SPECIFICATIONS 2. Section 6-7 Time of Completion INSERT Section 6-7.1 General, after paragraph 5 "Night work paving operations with conventional asphalt concrete are only allowed if night time temperatures are forecast to be above 50 degrees Fahrenheit. Any construction delays caused by low night temperatures shall be considered covered by the bid item for Pg. 2 of 2 Mobilization. No additional compensation for remobilization shall be made for the cause of night time low temperatures that prevent night work paving operations." 3. Section 314-4 Application of Traffic Striping and Curb and Pavement Markings REPLACE Section 314-4.1 General, paragraph 1 with the following: "The final reflectorized thermoplastic striping shall not be applied until the finish course pavement or slurry seal 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." IT:]!la I 1511.1 4. Appendix A - Geotechnical Report INSERT Appendix C at the end of the geotechnical report (attached) Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. R.J. NOBLE. COMPANY Bidder's Name (Please Print) 10/22/2019 Date Author�3'4d tignature & Title STEVE MENDOZA, SECRETARY Attachments: - Notice Inviting Bids - Bidder's Bond and Notary Acknowledgment - Geotechnical Report Appendix C Appendix C Pavement Deflection Testing Data Summary %jllrUj PAVEMENT E N G I N E E P I N G q m E E V/ W� w� LW r C w wV W W w� W wE W 1 a U X wY, CL i CL J f W � N N F J W JN O N F.- oa.n Min jO NN wrnm�D.6 000M W J mOMmOJn in �N Nd I� N ■ W 10N V �N� �n tpN N N tpN V ■ 1 W 1 1 e C'1 V tO t�INN�.A m {y W m�e I i I ryJ J fV y N O N 7 N tD l N M O> O O Uj O N O ......... N tG ttpp � N M N ... MN O Q J m A M HOMO � Nm V <D n!•-O�OD O> i(l u�vrnmm a cD A ovoo� N t0 Di O M J m N V N a• YJ O O � D O t A 0 � 41 m +.Q + G [O#V NO + U O A 0 J A N uj C o 0 2 m T w m M m N m O M F W � N JN O N jO N Di W s m fV y N O N 7 N tD l N V O Uj O N O ......... N tG ttpp � N M N ... MN O Q J m A M HOMO � Nm V <D n!•-O�OD O> i(l C N O A J N uj J� T M m N m O M N A A N M m O m A m r M V m O N O f A O N O d O N N tp M 1� V i(l Q �v=AWC1W Mg m� U 9 w E t� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BISON AVENUE, SAN JOAQUIN HILLS ROAD, AND SAN NICOLAS DRIVE PAVEMENT REHABILATION PROJECT NO. 19R21 CONTRACT NO. 7433-2 PART 1 - GENERAL PROVISIONS 1 SECTION 1 -TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-7 SUBSURFACE DATA 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 1 2 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 5 5 5 5 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6-1.1 Construction Schedule 6 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-7.4 Sequence of Construction 7 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY g 6-9 LIQUIDATED DAMAGES 8 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 9 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 9 7-1.2 Temporary Utility Services 9 7-2 LABOR 9 7-2.2 Prevailing Wages 9 7-5 PERMITS 9 7-8 WORK SITE MAINTENANCE 10 7-8.1 General 10 7-8.4 Storage of Equipment and Materials 10 7-8.4.2 Storage in Public Streets 10 7-8.6 Water Pollution Control 10 7-8.6.2 Best Management Practices (BMPs) 10 7-10 SAFETY 11 7-10.3 Haul Routes 11 7-10.4 Safety 11 7-10.4.1 Work Site Safety 11 7-10.5 Security and Protective Devices 11 7-10.5.3 Steel Plate Covers 11 SECTION 9 - MEASUREMENT AND PAYMENT 11 9-2 LUMP SUM WORK 12 9-3 PAYMENT 12 9-3.1 General 12 9-3.2 Partial and Final Payment. 19 PART 2 - CONSTRUCTION MATERIALS 20 SECTION 200 — ROCK MATERIALS 20 200-2 UNTREATED BASE MATERIALS 20 200-2.1 General 20 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 20 201-1 PORTLAND CEMENT CONCRETE 20 201-1.1 Requirements 20 201-1.1.2 Concrete Specified by Class and Alternate Class 20 201-2 REINFORCEMENT FOR CONCRETE 20 201-2.2 Steel Reinforcement 20 201-2.2.1 Reinforcing Steel 20 SECTION 203 — BITUMINOUS MATERIALS 20 203-6 ASPHALT CONCRETE 20 203-6.5 Type III Asphalt Concrete Mixtures 20 203-11 ASPHALT RUBBER HOT MIX (ARHM) 20 203-11.3 Composition and Grading 20 SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 21 214-4 PAINT FOR STRIPING AND MARKINGS 21 214-4.1 General 21 214-6 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 PART 3 - CONSTRUCTION METHODS 22 SECTION 300 - EARTHWORK 22 300-1 CLEARING AND GRUBBING 22 300-1.1 General. 22 300-1.3 Removal and Disposal of Materials 22 300-1.3.1 General 23 300-1.3.2 Requirements 23 SECTION 301— TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 23 301-1 SUBGRADE PREPARATION, TREATED MATERIALS, AND PLACEMENT OF BASE MATERIALS 24 301-1.2 Preparation of Subgrade 24 301-1.8 Unstable Materials 24 301-2 UNTREATED BASE 24 301-2.3 Compacting 24 SECTION 302 - ROADWAY SURFACING 25 302-1 COLD MILLING OF EXISTING PAVEMENT 25 302-2.1.1 General 25 302-5 ASPHALT CONCRETE PAVEMENT 25 302-5.1 General 25 302-5.4 Tack Coat 26 302-5.8 Manholes (and Other Structures) 26 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 26 302-6.7 Traffic and Use Provisions 26 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 26 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 26 303-5.1 Requirements 26 303-5.1.1 General 26 303-5.5 Finishing 26 303-5.5.2 Curb 26 303-5.5.4 Gutter 27 303-5.7 Repairs and Replacements 27 303-7 COLORED CONCRETE 27 303-7.1 General 27 SECTION 314 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 27 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 27 314-4.1 General 27 314-4.2 Control of Alignment and Layout 28 314-4.2.1 General 28 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 28 314-4.4.1 General 28 314-4.4.2 Surface Preparation 28 314-5 PAVEMENT MARKERS 28 314-5.1 General 29 SECTION 315 - TRAFFIC SIGN INSTALLATION 29 PART 6 — TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-1 GENERAL 600-2 VEHICULAR ACCESS 600-3 PEDESTRIAN ACCESS SECTION 601— WORK AREA TRAFFIC CONTROL 601-1 GENERAL 601-2 TRAFFIC CONTROL PLAN (TCP) PART 7 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 701— CONSTRUCTION 701-17 TRAFFIC SIGNAL CONSTRUCTION 701-17.6 Detectors 701-17.6.3 Inductive Loop Detectors PART 8 — LANDSCAPING AND IRRIGATION SECTION 801 - INSTALLATION 801-1 GENERAL 29 29 29 30 30 30 30 30 31 31 32 32 32 32 32 32 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS lU BISON AVENUE, SAN JOAQUIN HILLS ROAD, AND SAN NICOLAS DRIVE I� I°►� l°� PAVEMENT REHABILATION PROJECT NO. 19R21 CONTRACT NO. 7433-2 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. R -6095-S); (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS. ABBREVIATIONS. UNITS OF MEASURE. AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK Page 1 of 33 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "A" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of mobilization and demobilization; best management practices (BMP); traffic control plan and implementation; staking and survey monument restoration; utility company coordination and utility verification; clearing and grubbing, removal of existing roadway improvements, subgrade preparation, cold milling of existing asphalt pavement roadway; crack sealing, construction of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs, PCC driveway approaches, PCC cross gutter; decorative PCC median pavement, PCC curb ramps, truncated domes, PCC curb and gutter, PCC median curb, minor landscaping and irrigation repairs, utility adjustments, monitoring well adjustments, traffic signage improvements, striping and painted curb improvements, and traffic signal improvements; as -built plan preparation, and all other work required by the contract documents. 2-7 SUBSURFACE DATA Add to this section, "The following report has been prepared for the City of Newport Beach and is attached as Appendix A for the Contractor's reference. 1. "Bison Avenue, San Joaquin Hills Road, and San Nicolas Drive Pavement Evaluation Report" prepared by GMU Pavement Engineering and dated May 28, 2019. (GMU Project No. 18-233-00)" 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor will: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, Page 2 of 33 b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Stantec Consulting Services and can be contacted at (949) 923-6959. 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 Page 3 of 33 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General This project is part of the CalRecycle Rubberized Pavement Grant Program. The Contractor shall complete and submit to the Engineer the following document prior to commencement of the work: 1. Reliable Contractor Declaration form (CalRecycle 168). The Contractor shall also be responsible for completing and submitting to the Engineer the following documents immediately following the completion of the work: 1. Rubberized Pavement Certification form (CalRecycle 739 -TRP). 2. Supporting documentation that validates only California -generated waste tires were used for this project and that the waste tires were processed in California. The supporting documentation may be in the form of either a: a. Certificate of Origin (if completed by a California Processor); or b. Bill of Lading and Manifest (for non -California processors). All CalRecycle forms will be provided to the Contractor by the Engineer. 4-1.3 Inspection Requirements Page 4 of 33 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. This includes the existing Southern California Edison vaults in the road that are indicated to be protected on the improvement plans. 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 Page 5 of 33 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 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 60 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 8:00 a.m. to 4:30 p.m., Monday through Friday. Page 6 of 33 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. Pavement striping may be completed at night to minimize disruption to the community. The only Night work location (other than pavement striping) is San Nicolas Drive. For the San Nicolas Drive location night work is allowed in order to minimize disruption to the community. The following requirements shall apply for night work: A. Night work hours are limited to 9:00 p.m. to 6:00 a.m., Sunday night through Friday morning. No work is allowed Friday or Saturday nights. B. The Engineer must approve all requests for night work. C. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. The following days are designated City holidays and are non -working days: 1. January 1 st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11 th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-7.4 Sequence of Construction Project shall be sequenced in accordance with this section and the exhibit shown in Appendix B. The project has been divided and sequenced to minimize impacts to the Page 7 of 33 community. All grinding and paving operations on any street shall be completed before mobilizing to the next street for grinding and paving. All sidewalk, curb and gutter, curb access ramp, and driveway along Bison Ave, San Nicolas Drive and San Joaquin Hills Road shall be completed prior to beginning grinding and paving operation. The limits of work for each working day or night shall only extend as far as both cold milling and placement of the leveling course can be completed. No pavement shall be left cold milled at the end of the work day or night. Full depth pavement reconstruction areas shall be constructed prior to cold milling and leveling courses. If these areas are constructed on the same day as the cold milling / leveling course operations, then the top of the asphalt base course may extend to bottom of the future leveling course pavement (to allow room for the leveling course). Otherwise, it shall extend to the existing surface. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $2,000. 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 Page 8 of 33 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. 7-5 PERMITS The City has submitted an encroachment permit application (Parent Permit) to the California Department of Transportation (Caltrans) for all traffic control associated with this Contract located within the State Right -of -Way. The traffic control and detour plans prepared and submitted to Caltrans by the City as part of the permit application are included in Appendix D. It is anticipated that the traffic control plans and detour plans included in Appendix D will be approved by Caltrans. Should any revisions to the submitted traffic control and detour plans be required by Caltrans during this Contract's bidding process, revised traffic control and detour plans will be provided as an addendum. A copy of the Parent Permit and Caltrans -approved traffic control and detour plans will be supplied to the Contractor prior to the start of work. The Contractor shall be responsible for obtaining a Double Permit under the City's Parent Permit from Caltrans prior to starting work and abiding by all terms and conditions of the encroachment permit. The Contractor shall be responsible for all fees and costs associated with the Double Permit. Caltrans' fee for the Double Permit is $3,500 plus a $2,460 deposit. Obtaining the Double Permit from Caltrans shall in no Page 9 of 33 way relieve the Contractor of completing the Contract within the time prescribed in Section 6-7. The Contractor must keep copies of both the City's and the Contractor's encroachment permits from Caltrans on site at all times. The Contractor shall complete and apply for an engineering permit from the City of Irvine for the traffic control and detours that will encroach into the City of Irvine's limits. The City of Irvine's fee for the engineering permit is $1,950. Payment for the engineering permit from the City of Irvine shall be included as part of the Mobilization and Demobilization bid item per Section 9-3 of these Special Provisions. 7-8 WORK SITE MAINTENANCE 7-8.1 General In addition to the required motorized street sweepers following the cold milling machine as described in Section 302-1.7 of the Standard Specifications for Public Works Construction, the Contractor shall provide two (2) additional motorized sweepers for the duration of the grinding and paving operation. 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 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. Page 10 of 33 e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP plan 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. Preparation and implementation of the BMP plan shall be included in the Mobilization and Demobilization bid item. 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 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 Page 11 of 33 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, procuring the Caltrans Double Permit including paying for the permit fee and deposit, procuring an engineering permit from City of Irvine including paying for the permit fee, providing CalRecycle documents per Section 4-1 of these Special Provisions, procuring and installing a construction project funding identification sigh for Senate Bill 1 (SB -1) funding per Section 215, establishing a material and equipment storage location, documenting existing conditions, providing submittals, preparing and implementing the BMP, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, coordinating with all applicable agencies, stakeholders and utility companies, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 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. 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, 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 seven (7) Changeable Message Signs (CMS) for the duration of Page 12 of 33 the Contract and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with approved Traffic Control and Detour plans as approved by Caltrans, the California Manual on Uniform Traffic Control Devices (CA MUTCD), the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 4 Clearing and Grubbing: Work under this item shall include all clearing and grubbing items of work (as described in Section 300-1) and any other item of work which are required for the project that is not specifically specified in a separate bid item. Item No. 5 Roadway Excavation for Full Depth Pavement Sections (8 -Inch Excavation): Work under this item shall include sawcutting and removal of existing pavement; removal of base and subgrade material; and all other work items as required to complete the work in place. All roadway excavation along San Nicholas Drive shall be included as part of this bid item. Item No. 6 Roadway Excavation for Full Depth Pavement Sections (9 -Inch Excavation): Work under this item shall include sawcutting and removal of existing pavement; removal of base and subgrade material; and all other work items as required to complete the work in place. Item No. 7 Roadway Excavation for Full Depth Pavement Sections (10 -Inch Excavation): Work under this item shall include sawcutting and removal of existing pavement; removal of base and subgrade material; and all other work items as required to complete the work in place. Item No. 8 Cold Mill Existing Pavement 1 -Inch Maximum: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cold milling the asphalt concrete pavement, additional street sweepers, removal and disposal of pavement fabric, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place. Item No. 9 Cold Mill Existing Pavement 3 -Inches Maximum: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cold milling the asphalt concrete pavement, additional street sweepers, removal and disposal of pavement fabric, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place. Item No. 10 Cold Mill Existing Pavement Variable Depth (3 -Inches to 1 -Inch): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cold milling the asphalt concrete pavement, additional street sweepers, removal and disposal of pavement fabric, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place. Page 13 of 33 Item No. 11 Crack Seal: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for routing out cracks wider than %", applying a soil sterilizer, crack sealing, and all other work items as required to complete the work in place. Item No. 12 Construct AC Pavement (Surface and Leveling Courses): Work under this item shall include application of tack coat, placement, spreading, and compaction of asphalt pavement and all other work items as required to complete the work in place. Item No. 13 Construct AC Pavement (Full Depth Pavement Sections): Work under this item shall include grading and compaction of subgrade: application of tack coat; placement, spreading, and compaction of asphalt pavement and all other work items as required to complete the work in place. Item No. 14 Construct ARHM Pavement Surface Course: Work under this item shall include application of tack coat, placement, spreading, and compaction of ARHM pavement and all other work items as required to complete the work in place. Item No. 15 Remove Existing and Construct 4 -Inch Thick PCC Sidewalk: Work under this item shall include the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new sidewalk, landscaping and irrigation improvements; grading and compaction of subgrade; construction of concrete sidewalk per CNB DWG STD -180-L, installation of expansion joint material, construction of weakened plane joints, construction of under sidewalk drains not covered by another bid item, regrading and repair of impacted landscaping and irrigation system improvements to match existing; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 16 Remove Existing and Construct 4 -Inch Thick Median PCC Pavement: Work under this item shall include the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the median pavement; landscaping and irrigation improvements; grading and compaction of subgrade; construction of new colored and stamped PCC median pavement to match existing, installation of expansion joint material, regrading and repair of impacted landscaping and irrigation system improvements to match existing; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 17 Remove Existing and Construct 8 -Inch Thick PCC Commercial Driveway Approach: Work under this item shall include the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new driveway approach, adjacent asphalt pavement repair and landscaping and irrigation improvements; grading and compaction of subgrade; placement and compaction of crushed miscellaneous base (importing if necessary); construction of concrete driveway approach per CNB DWG STD -160 -L-A, Page 14 of 33 integral curbs, and adjacent full depth asphalt concrete repair; installation of expansion joint material, construction of weakened plane joints, regrading and repair of impacted landscaping and irrigation system improvements to match existing; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 18 Remove Existing and Construct 8 -Inch Thick PCC Cross Gutter Spandrel: Work under this item shall include the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new cross gutter, integral curbs, and adjacent asphalt pavement repair; grading and compaction of subgrade; placement and compaction of crushed miscellaneous base (importing if necessary); construction of cross gutter, integral curbs and adjacent full depth pavement repair per CNB DWG STD -185-L; installation of smooth galvanized steel bars; installation of expansion joint material, construction of weakened plane joints, restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Removal and reconstruction of new pavement section adjacent to cross gutter shall be per separate bid item. Item No. 19 Remove Existing and Construct PCC Curb (Type B): Work under this item shall include the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new curb and adjacent asphalt pavement repair; grading and compaction of subgrade; construction of concrete curb and adjacent full depth asphalt pavement repair (AC/CMB) per CNB DWG STD -182-L, including CMB under curb; installation of expansion joint material, construction of weakened plane joints, reconstruction of existing curb drains; re -chiseling the curb face for existing underground utilities; regrading and repair of impacted landscaping and irrigation system improvements to match existing; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 20 Remove Existing and Construct PCC Curb and Gutter (Type A): Work under this item shall include the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new curb and gutter and adjacent asphalt pavement repair; grading and compaction of subgrade; construction of concrete curb and gutter and adjacent full depth asphalt pavement repair per CNB STD DWG -182-L, including CMB under curb and gutter; installation of expansion joint material, construction of weakened plane joints, reconstruction of existing curb drains; re -chiseling the curb face for existing underground utilities; regrading and repair of impacted landscaping and irrigation system improvements to match existing; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 21 Remove Existing and Construct PCC Curb and Gutter (Type C): Work under this item shall include the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new curb and gutter and adjacent asphalt pavement repair; grading and compaction Page 15 of 33 of subgrade; construction of concrete curb and gutter and adjacent full depth asphalt pavement repair per CNB DWG STD -183-L, including CMB under curb and gutter; installation of expansion joint material, construction of weakened plane joints; re - chiseling the curb face for existing underground utilities; regrading and repair of impacted landscaping and irrigation system improvements to match existing; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 22 Remove Existing and Construct 4 -Inch Thick PCC Curb Ramp: Work under this item shall include the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new curb ramp and adjacent improvements; grading and compaction of subgrade; construction of concrete curb ramp per CNB DWG STD -181, integral retaining curbs, adjacent curb & gutter and adjacent full depth pavement repair, truncated dome tiles, adjacent sidewalk (from BCR to ECR or else otherwise shown), and cross gutter repairs adjacent to ramp; installation of expansion joint material, construction of weakened plane joints, construction of under sidewalk drains not covered by another bid item, regrading and repair of impacted landscaping and irrigation system improvements to match existing; adjustments or relocations of any impacted utilities (including replacement of pull boxes), restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Traffic signal improvements near curb ramp repairs are per separate bid items. Item No. 23 Remove Existing and Install Truncated Dome Tiles in Median Passageway: Work under this item shall include the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new truncated dome tiles; grading and compaction of subgrade; construction of truncated dome tiles; and all other work items as required to complete the work in place. Item No. 24 Remove Existing Access Ramp and Construct Pavement, Curb, and Hardscape in Kind: Work under this item shall include the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new curb, asphalt pavement repair and hardscape, grading and compaction of subgrade; construction of concrete curb per CNB DWG STD -182-L (Type B), adjacent full depth pavement repair, and colored and stamped hardscape to match existing; installation of expansion joint material, construction of weakened plane joints, restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 25 Remove Existing Access Ramp and Construct Pavement, Curb and Gutter, and Landscaping in Kind: Work under this item shall include the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new curb and gutter, asphalt pavement repair, landscaping and irrigation, grading and compaction of subgrade; construction of concrete curb per CNB DWG STD -183-L (Type C) and adjacent full depth pavement repair; installation of expansion joint material, construction of Page 16 of 33 weakened plane joints, regrading and repair of impacted landscaping and irrigation system improvements to match existing; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 26 Remove Existing and Construct Catch Basin Cover, Lid, and Portion of Local Depression: Work under this item shall include the removal of the existing catch basin cover, lid and portion of existing local depression as required for catch basin improvements; protection of the remaining catch basin (including vertical reinforcement); reconstruction of catch basin cover, lid and portion of existing local depression; restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 27 Remove and Replace Storm Drain Manhole Ring, 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 ring, frame, and cover; temporarily lowering and/or covering the manhole to facilitate paving operation; furnishing and installing a new manhole ring, frame, and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 28 Remove and Replace Water Meter Box to Grade: Work under this item shall include the removal of the existing water meter box and all other improvements (landscaping, concrete, subgrade, etc.) required to install new water meter box, protection of existing water meter, furnishing and installing a new water meter box to grade, restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 29 Remove and Replace 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, protection of the water valve, temporarily lowering and/or covering the valve to facilitate paving operation, furnishing and installing a new water valve box and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 30 Remove and Replace Monitoring Well Box 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 monitoring well box, protection of remaining monitoring well appurtenances, temporarily lowering and/or covering the monitoring well to facilitate paving operation, furnishing and installing a new monitoring well box to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 31 Remove and Replace Sewer Cleanout Box 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, protection of the sewer cleanout, temporarily lowering and/or covering the sewer cleanout to Page 17 of 33 facilitate paving operation, furnishing and installing a new sewer cleanout box and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 32 Adjust Sewer Manhole Ring, Frame, and Cover to Grade: Work under this item shall include the removal of the existing manhole ring, frame, and cover; protection of the remaining manhole, temporarily lowering and/or covering the manhole to facilitate paving operation; reinstalling existing manhole frame and cover to grade; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 33 Adjust Water Manhole Ring, Frame, and Cover to Grade: Work under this item shall include the removal of the existing manhole ring, frame, and cover; protection of the remaining manhole, temporarily lowering and/or covering the manhole to facilitate paving operation; reinstalling existing manhole frame and cover to grade; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 34 Remove and Replace Street Light or Traffic Signal Pull Box to Grade: Work under this item shall include the removal of the existing street light or traffic signal pull box and all other improvements (landscaping, concrete, subgrade, etc.) required to install new street light or traffic signal pull box, protection of existing electrical or traffic signal equipment, furnishing and installing a new street light or traffic signal pull box to grade, restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 35 Remove and Replace Traffic Signal Detector Loop: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for the removal of the existing traffic signal detector loop, protection of existing traffic signal equipment, installing new traffic signal detector loops (all types) per CNB DWG STD - 923 -L-A and CNB DWG STD -923 -L -B, restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 36 Install New Pedestrian Push Button Post, Relocate Existing Push Button, and Connect to Existing Traffic Signal Wiring: Work under this item shall include the removal of the existing traffic signal pedestrian push button assembly, grinding smooth edges of existing hole where pedestrian push button assembly was removed, plugging hole where pedestrian push button assembly was removed, protection of existing traffic signal equipment, installing a new traffic signal pedestrian push button post, installing new conduit, and rewiring from new pedestrian push button post to existing traffic signal, connecting wiring to existing traffic signal, restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 37 Relocate Existing Pedestrian Push Button Post and Push Button and Connect to Existing Traffic Signal Wiring: Work under this item shall include the removal of the existing pedestrian push button post and foundation, protection of Page 18 of 33 existing traffic signal equipment, constructing pedestrian push button foundation at new location to match existing pedestrian push button foundation, base plate, and bolt pattern, installing existing pedestrian push button post at new location, installing new conduit, and rewiring from new pedestrian push button post location to tie into existing pull box, connecting wiring to existing pull box, restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 38 Relocate Existing Type 1-A Pole and Connect to Existing Traffic Signal Wiring: Work under this item shall include the removal of the existing Type 1-A Pole and foundation, protection of existing traffic signal equipment, constructing Type 1- A Pole foundation at new location to match existing Type 1-A Pole foundation, base plate, and bolt pattern, installing existing Type 1-A Pole at new location, installing new conduit, and rewiring from new Type 1-A Pole location to tie into existing pull box, connecting wiring to existing pull box, restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 39 Install Striping, Pavement Markings, Pavement Markers, and Red Curb Markings: Work under this item shall include removing all existing pavement striping, markings and markers, installing traffic striping, pavement markings, pavement markers, multiple temporary striping to maintain traffic at all times, removing red curb paint (including built up areas) in areas where the curb will not be repainted red to the satisfaction of the Engineer; repainting the curb red; restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 40 Traffic Signage: Work under this item shall include removing existing traffic signs, posts, and post foundations; salvaging signs to the City Yard; protection of any remaining posts and post foundations, furnishing new signs; installing new or salvaged signs on new or existing posts; restoring all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 41 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 $2,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. Page 19 of 33 PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE. MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III -C3 -PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III -B2 -PG 64-10 (20% max RAP). 203-11 ASPHALT RUBBER HOT MIX (ARHM) 203-11.3 Composition and Grading Asphalt rubber hot mix finish course shall be ARHM-GG-C. Page 20 of 33 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. All striping and markings shall comply with Section 84 of the State of California Standard Specifications. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. Add Section 215 — TRAFFIC SIGNS SECTION 215 - TRAFFIC SIGNS Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (0.08 inch thickness). New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 Y/4 inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. This project includes Senate Bill 1 (SB1) funding. The Contractor shall procure and install one 96"x60" C48 (CA) construction project funding identification sign per this Page 21 of 33 section. The sign specifications for C48 (CA) are included in Appendix E. Location of project funding sign shall be approved the Engineer prior to installation. Payment for procurement and installation of sign C48 (CA) shall be included as part of the Mobilization and Demobilization bid item. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1 General. Add to this Section: In addition to the work outlined in Section 300-1, "Clearing and Grubbing," of the Standard Specifications, the following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item: a) Removal and disposal of all vegetation, trash and other objectionable material from the affected portion of the public right-of-way and areas adjoining these to where indicated on the Plans. b) Maintaining dust control at all times by watering, including developing a water supply and furnishing and placing all water required for work done in the Contract, including water used for extra work. c) Protection and maintenance of existing improvements, including utilities, trees, plants, irrigation, including temporary capping of facilities as required during construction, fences, walls and other facilities within the construction zone, except those specifically shown on the Plans or directed by the Engineer to be removed or relocated. d) Maintenance of the site in a neat and orderly condition throughout the construction period and clearing and removal of debris from site of work. e) Removal of all USA mark -outs. All other removals shall be included in the various items of work and no additional compensation shall be allowed therefor. 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. Page 22 of 33 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 2 -feet to facilitate maximum compaction. Removals due to repair pavement distresses shall be removed to 2 -feet beyond the edge of the distress. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. If existing AC pavement sections are encountered that are thicker than the new pavement section thickness, the entire existing AC pavement section shall be removed. 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. Reinforcing or other steel may be encountered in portions of concrete to be removed. No additional compensation will be allowed for the removal of concrete containing reinforcing or other steel. Backfill shall be placed and compacted to fill any voids created by removals. Backfill shall be placed and compacted in accordance with Section 300-4 "Unclassified Fill" of the Standard Specifications. This work shall be included in the individual removal item and no additional payment will be allowed therefor. 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. SECTION 301 — TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS Page 23 of 33 301-1 SUBGRADE PREPARATION, TREATED MATERIALS, AND PLACEMENT OF BASE MATERIALS 301-1.2 Preparation of Subgrade Subgrade shall be scarified to the depth of at least 8 inches, moisture conditioned to 3 percent above optimum moisture content, and re -compacted to a least 90 of the material's maximum dry density (ASTM D 1557). 301-1.8 Unstable Materials If unstable materials are exposed, the following recommendations can be implemented. Unstable or soft subgrade conditions can be identified during construction by surface yielding under rubber -tired equipment loading and/or the inability to achieve proper compaction. The condition of the subgrade should be evaluated by the Engineer during the scarification and re -compaction efforts. Drying back of localized wet soil conditions can be performed to address unstable soils if time allows. If drying back soil is not a practical option, other remedial measures is recommended to stabilize the subgrade prior to placement of aggregate base and/or asphalt concrete. Depending on the extent and severity of the instability, the recommended measures to stabilize the subgrade include: Removal of unstable soils to a depth of approximately 6 to 12 inches below the top of the unstable material, placement of geotextile material (Mirafi RS580i or equivalent) at the bottom of the excavation, and placement of aggregate base to replace the unstable soil. Shallow utilities at this depth of excavation may be encountered. • Increasing the AC base lift thicknesses by an additional 4 to 8 inches to "bridge" over the unstable conditions. The recommended thicknesses of remediation could be greater, or less, depending on the conditions encountered. Any areas that require remediation should be observed by the Engineer to confirm the effectiveness of the recommendations provided herein. The intent of these recommended remediation methods is to achieve a non -yielding subgrade when subjected to relatively heavy, rubber -tired construction equipment loading such as a loaded water truck or loader with full bucket. The remediated areas should be proof -rolled with this type of equipment after remediation to confirm that the subgrade is unyielding. 301-2 UNTREATED BASE 301-2.3 Compacting Page 24 of 33 Replace the third paragraph with the following: "The relative compaction of each layer of compacted base material shall not be less than 95 percent as evaluated by ASTM D1557." SECTION 302 - ROADWAY SURFACING 302-1 COLD MILLING OF EXISTING PAVEMENT 302-2.1.1 General Pavement fabric was encountered at depth ranging from 1.5 to 2.25 inches below the pavement surface during the geotechnical investigation. These locations are shown on the improvement plans but may be at other locations. Contractor shall removal all existing pavement fabric during cold milling operations. If paving fabric is still exposed after initial cold milling, Contractor shall perform additional cold milling to fully remove the existing fabric. Additional AC leveling course will be required in these additional cold milled locations. 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, nc 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 course) shall be placed in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. Holes, spalls, and cracks greater than 1/4 -inch in width shall be filled and compacted to 95% minimum. The pavement shall then be cleaned with a power broom. The depth of the asphalt concrete base course and leveling course may vary per the actual condition and per the direction of the Engineer. The quantity paid will be the actual quantity placed in the field. Asphalt concrete base course and leveling course shall be placed the same day cold milling is done. The top layer of asphalt concrete (finish course) shall be placed in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. Level course longitudinal joints shall be offset approximately two (2) feet from a lane line. Level course longitudinal joints and finish course longitudinal joints shall not be located along the same line. Level course transverse joints and finish course transverse joints shall be offset approximately five (5) feet from each other, except at the project paving limits. 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. Page 25 of 33 302-5.4 Tack Coat Add the following: "Additionally, tack coat shall be applied to all cold milled surfaces and all paving joints (not just cold joints). It shall be also applied the surface of all leveling and bases courses along San Nicolas Dr. Tack coat is not required on the surface of leveling and base courses along Bison Ave. and San Joaquin Hills Road if the new lift is being paved on the same day as the preceding lift and the preceding lift has a clean surface. Tack coat shall be applied with complete and uniform coverage and shall not be over sprayed onto adjacent pavement when applying." 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish 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. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. 303-5.5 Finishing 303-5.5.2 Curb Page 26 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. Dimensions of curb and gutter (curb height, gutter width, flowline depth) in repair areas shall match adjacent existing curb and gutter dimensions. Curb height of new curb and gutter shall vary when adjacent to existing sidewalk being protected in place. For curb and gutter repairs to correct drainage issues, Contractor shall: 1. Survey the gutter flowline 20' past both ends of the repairs to confirm positive drainage of the existing curb and gutter to remain 2. Survey gutter flowline at both ends of repairs to confirm positive drainage shown on plans. Based on the above, Engineer may choose to modify limits of repairs. 303-5.7 Repairs and Replacements Add to this section: "Where any concrete requires repair before acceptance, repair shall be made by removing and replacing the entire area between joints, and not by refinishing the damaged portions." 303-7 COLORED CONCRETE 303-7.1 General Delete the first sentence and replace with the following: Colored concrete shall be produced by Method B (Integral Color) as described in Section 303-7.3. SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 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 has Page 27 of 33 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. Pavement shall be temporarily striped and tabbed within 24 hours upon completion of pavement grinding operation and installation of AC leveling course. Pavement shall be temporarily striped and tabbed a second time within 24 hours after installation of ARHM finish course. 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 314-4.4.1 General The final reflectorized thermoplastic striping shall not be applied until the finish course pavement or slurry seal has been in place for at least 10 days but not later than 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines which shall be 0.90 mm minimum thickness. 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. 314-5 PAVEMENT MARKERS Page 28 of 33 314-5.1 General Raised pavement markers shall not be placed until the finish course pavement or slurry seal has been in place for at least 10 days but not later than 15 days. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. Add Section 315 — TRAFFIC SIGN INSTALLATION SECTION 315 - TRAFFIC SIGN INSTALLATION Location of traffic signs shown on plans is approximate and shall be approved by the City prior to installation. Signs shall be installed at a clear height of seven feet at minimum unless otherwise shown on plans. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Anti -seize lubricant shall be applied to hardware/fasteners prior to installation. Refer to CNB DWG 924-L in Appendix C for typical sign installation. PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-1 GENERAL Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. The contractor shall replace/repair all damaged striping with temporary striping or raised pavement markers at the end of each working day. Page 29 of 33 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 600-3 PEDESTRIAN ACCESS Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, up to seven (7) 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. At least two (2) weeks prior to the start of work, the Contractor shall provide portable changeable message signs in all directions of travel (including side street) to warn the public of the work. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall submit to the Engineer, at least five working days prior to the pre - construction meeting, traffic control plans and/or detour plans for each street. The Contractor shall be responsible for processing and obtaining approval of traffic control plans from the Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Page 30 of 33 Traffic control plans have been prepared for project work along Bison Avenue near the Caltrans right-of-way at the SR73 overpass. The City has obtained an approved encroachment permit (parent) for these traffic control plans within Caltrans right-of-way. No new improvements are proposed within Caltrans right-of-way. The Contractor shall apply and pay fee to Caltrans for issuance of a double permit tied to the approved parent permit and follow the traffic control plans submitted for parent permit approval. The provided traffic control plans show the limits of work along Bison Avenue from Camelback Street/Belcourt to MacArthur Boulevard which will require implementation of traffic control within Caltrans and City of Irvine right-of-way. Preparation of traffic control plans for project work on Bison Avenue from west of Camelback Street/Belcourt Drive to the project limits at Jamboree Road is the responsibility of the Contractor and shall not include any encroachment of traffic control devices into Caltrans right-of-way. The Contractor is also responsible for preparation of traffic control plans for San Joaquin Hills Road and San Nicolas Drive. 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. 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. 5. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure. 6. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 701 — CONSTRUCTION 701-8 FOUNDATIONS, FOUNDATION CAPS AND SLABS Page 31 of 33 In addition to the details in this section, refer to the State of California Department of Transportation Standard Specifications and Standard Plans (2018 Edition). 701-8.2 Foundations Add to this section: Foundations of relocated pedestrian push buttons and type 1-A poles shall match the existing foundation, base plate, and bolt pattern. 701-17 TRAFFIC SIGNAL CONSTRUCTION In addition to the details in this section, refer to the State of California Department of Transportation Standard Specifications and Standard Plans (2010 Edition). 701-17.6 Detectors 701-17.6.3 Inductive Loop Detectors All new loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days after placement of pavement finish course. Loop detectors shall be installed per CNB DWG STD -923 -L-A and STD -923 -L -B in Appendix C. PART 8 - LANDSCAPING AND IRRIGATION Landscaping and irrigation system damaged by the work shall be repaired in-kind tc match the existing conditions to the satisfaction of the Engineer. This work shall be considered incidental to the various bid items of work and no additional compensation shall be allowed therefor. Slopes shall be regraded to a maximum slope of 3:1 from the new improvement to meet existing adjacent surface. SECTION 801 - INSTALLATION 801-1 GENERAL 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 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 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's Arborist for inspection. Upon inspection, the Arborist Page 32 of 33 may require the Contractor to formally submit a plan for removing the large roots to the City for review. If required, the submittal shall adhere to the following guidelines. 1. Root Pruninq a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's 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 Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's 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 33 of 33 Appendix A - Geotechnical Report H NN 4 i� i. �,g,k R .. .-7 - '�Ri.'_a`.ri3� ti. -= .w.F•••---�. I � ! I __ _ ia n t v , r s -1 `nix dxS �R��+s•"y-�`.n�.F,�"��`�#�� " 1 s r s r City of Newport Beach: Bison Avenue, San Joaquin Hills Road, and San Nicolas Drive Pavement Evaluation Report May 28, 2019 GMU Project No. 18-233-00 GMU Geotechnical, Inc. 23241 Arroyo Vista Rancho Santa Margarita, CA 92688 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California TABLE OF CONTENTS Description Page 1. INTRODUCTION.................................................................................................................. 3 1.1 PURPOSE............................................................................................................................. 3 1.2 SCOPE.................................................................................................................................. 3 2. LOCATION AND PROJECT INFORMATION.................................................................... 4 3. FIELD EXPLORATION............................................................................................................ 4 3.1 PAVEMENT SURFACE CONDITION ASSESSMENT.................................................... 4 3.2 PAVEMENT DEFLECTION TESTING............................................................................. 5 3.3 PAVEMENT CORINGS...................................................................................................... 5 4. LABORATORY TESTING.................................................................................................... 6 5. PAVEMENT ENGINEERING ANALYSIS.......................................................................... 7 6. CONCLUSIONS AND RECOMMENDATIONS................................................................. 7 6.1 GENERAL PAVEMENT REPAIR PROCESS AND TERMS ........................................... 7 6. 1.1 Localized AC Repairs.................................................................................................... 8 6.1.2 Mill-and-Overlay........................................................................................................... 9 6.1.3 Unstable Materials....................................................................................................... 10 6.2 DEFLECTION TESTING FINDINGS............................................................................... 10 6.3 AREA -SPECIFIC CONCLUSIONS AND PAVEMENT REPAIR RECOMMENDATIONS.......................................................................................................... 11 6.3.1 Bison Avenue............................................................................................................... 11 6.3.2 San Joaquin Hills Road................................................................................................ 12 6.3.3 San Nicholas Drive...................................................................................................... 14 6.4 SPECIFICATIONS............................................................................................................. 15 7. EXPECTATIONS.................................................................................................................15 7.1 REFLECTIVE CRACKING............................................................................................... 15 7.2 DESIGN LIFE.................................................................................................................... 15 8. LIMITATIONS.....................................................................................................................16 9. CLOSURE............................................................................................................................ 17 May 28, 2019 1 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California Attachments: Plate 1 — Location Map Plate 2 — Coring Location Map Plate 3 — AC Coring Summary Table Plate 4 — Areas of Interest for Localized AC Repairs Appendix A — Select Photographs Appendix B — Laboratory Data Summary Appendix C — Pavement Deflection Testing Data Summary May 28, 2019 2 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California 1. INTRODUCTION 1.1 PURPOSE This report presents a summary of our pavement evaluation of Bison Avenue from Jamboree Road to State Route 73 Toll Road Bridge, San Joaquin Hills Road from Jamboree Road to MacArthur Boulevard, and San Nicolas Drive from Newport Center Drive to Avocado Avenue. These roadway segments are located in the City of Newport Beach, California. An evaluation was performed to assess the existing condition of the roadways and to develop pavement repair recommendations to improve their condition. Information such as the pavements' current surface condition, coring data, laboratory testing results, and pavement's structural condition through falling weight deflectometer (deflection) testing was evaluated and analyzed to develop pavement repair recommendations to meet a 20 -year design life. 1.2 SCOPE The following scope of work was performed, as outlined in our scope and fee proposal dated July 16, 2018: 1. Pavement surface condition assessments were performed to identify distress types and severity levels in general accordance with ASTM D6433. 2. Pavement deflection testing was performed using a falling -weight deflectometer (FWD) to collect deflection data for pavement structural evaluation and overlay thickness analysis and design. 3. Coring locations were selected in areas of interest and delineated. Dig Alert was notified to identify potential conflicts with known underground utilities prior to drilling. 4. Asphalt concrete (AC) corings were performed at various locations throughout the street segments to measure and identify the various pavement layers, including AC thicknesses, aggregate base thicknesses (where present), and subgrade soil types. 5. Samples collected from the AC corings were returned to our laboratory and tested for various engineering properties, including R -value, soil classification, and moisture content testing. 6. Pavement engineering analysis was performed to develop pavement repair recommendations. 7. This report was prepared to summarize our work, findings, conclusions, and repair recommendations for the rehabilitation of Bison Avenue from Jamboree Road to State Route 73 Toll Road, San Joaquin Hills Road from Jamboree Road to MacArthur Boulevard, and San Nicolas Drive from Newport Center Drive to Avocado Avenue. May 28, 2019 3 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California 2. LOCATION AND PROJECT INFORMATION This project involved evaluating three roadway segments within the City of Newport Beach: 1) Bison Avenue from Jamboree Road to State Route 73 Toll Road; 2) San Joaquin Hills Road from Jamboree Road to MacArthur Boulevard; and 3) San Nicolas Drive from Newport Center Drive to Avocado Avenue. The general location of each roadway segment is illustrated on Plate 1 — Location Map. Bison Avenue consists of two to three travel -lanes per direction. At intersections, one to two left - turn and one to two right -turn lanes exist. Raised landscaped median islands with curbs are present, separating the two directions of travel. The outside edges of the roadway are bounded by concrete curbs, gutters, and sidewalks. San Joaquin Hills Road consists of two to three travel -lanes per direction. At intersections, one to two left -turn and one to two right -turn lanes exist. Raised, landscaped median islands with curbs and gutters are present, separating the two directions of travel. The outside edges of the roadway are bounded by concrete curbs, gutters, and sidewalks. San Nicholas Drive consists of one to two travel lanes and one parking lane per direction. A flush median/center-turn lane exists separating the opposing directions of travel. 3. FIELD EXPLORATION 3.1 PAVEMENT SURFACE CONDITION ASSESSMENT A pavement surface condition assessment was performed on December 18, 2017. The type, severity, and extent of the various observed distresses were documented in general accordance with ASTM D6433. In summary, predominate distresses observed include: • Alligator cracking: low- to high -severity; • Longitudinal cracking: low- to medium -severity; • Transverse cracking: low- to medium -severity; • Rutting: low- to medium -severity; • Potholes: low- to medium -severity, • Depressions: medium -severity; and • Weathering: low- to medium -severity. Select photographs of the pavement surface condition is presented in Appendix A — Select Photographs. May 28, 2019 4 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California 3.2 PAVEMENT DEFLECTION TESTING Pavement deflection testing was performed on December 11, 2018 using a Dynatest falling -weight deflectometer (FWD) in accordance with Caltrans Test Method CT 356. In summary, this test method involved applying a 9,000 -pound impact load to the pavement surface and measuring the pavement's deflection response. Higher deflection readings generally indicate lower pavement structural strength. Tests were performed at approximately 50- to 250 foot various intervals. A total of approximately 458 locations were tested along Bison Avenue, San Joaquin Hills Road, and San Nicolas Drive. The results of the deflection tests are summarized in Appendix C — Pavement Deflection Testing Data Summary. 3.3 PAVEMENT CORINGS Corings were performed at a total of 12 locations on January 29 and 30, 2019 within all three roadway segments. The locations were selected based on the information gathered from a visual pavement surface condition assessment and the results of the pavement deflection tests. The corings were performed using a 6 -inch -diameter electric core drill. The thickness of the asphalt concrete (AC) and aggregate base (AB) layers, if encountered, was recorded. The depth to subgrade and type of subgrade were also logged during the pavement corings. Bulk samples of the subgrade were collected and delivered to GMU's laboratory for further evaluation. The corings were backfilled with aggregate base and capped with asphalt cold patch. Rican AvPnnv Within Bison Avenue, the minimum and maximum AC layer thickness measured was 5.5 and 7.0 inches, respectively. The average AC thickness was approximately 6.4 inches. The minimum and maximum aggregate base layer thickness measured was 7.5 and 8.0 inches, respectively. The average aggregate base layer thickness was 7.75 inches. In general, the aggregate base layer was dense based on the level of difficulty during excavation using hand tools. Subgrade soil types encountered primarily consisted of silty sand (SM) and sandy silt (ML). In general, the subgrade soil appears to be medium dense or firm based on the level of difficulty during excavation using hand tools. San Joaquin Hills Road Within San Joaquin Hills Road, the minimum and maximum AC layer thickness measured was 4.5 and 8.75 inches, respectively. The average AC thickness was approximately 6.0 inches. Paving fabric was encountered at a depth of approximately 1.5 to 1.75 inches from the surface at coring locations C-6, C-9, and C-10. The minimum and maximum aggregate base layer thickness measured was 4.0 and 7.75 inches, respectively. The average aggregate base layer thickness was approximately 5.8 inches. In general, May 28, 2019 5 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California the aggregate base layer was dense based on the level of difficulty during excavation using hand tools. Subgrade soil types encountered primarily consisted of silty sand (SM) and clayey sand (SC). In general, the subgrade soil appears to be medium dense based on the level of difficulty during excavation using hand tools. San Nicolas Drive Within San Nicolas Drive, the minimum and maximum AC layer thickness measured was 7.5 and 8.5 inches, respectively. The average AC thickness was approximately 8.0 inches. The minimum and maximum aggregate base layer thickness measured was 3.5 and 5.5 inches, respectively. The average aggregate base layer thickness was approximately 4.5 inches. In general, the aggregate base layer was dense based on the level of difficulty during excavation using hand tools. Subgrade soil types encountered primarily consisted of clayey sand (SC). In general, the subgrade soil appears to be medium dense based on the level of difficulty during excavation using hand tools. The approximate locations of the AC cores are shown in Plate 2 — Coring Location Map. A summary of the AC coring data is presented in Plate 3 — AC Coring Summary Table. 4. LABORATORY TESTING Laboratory tests were performed on select samples obtained retrieved from the corings to evaluate various engineering properties of the subgrade soils. The laboratory tests performed include: • In-place soil moisture content and density; • Atterberg limits; • Particle size analysis; • Optimum moisture content and maximum dry density; • R -value; and • Maximum density and optimum moisture content. The results of the laboratory testing are summarized and presented in Appendix B. May 28, 2019 6 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California 5. PAVEMENT ENGINEERING ANALYSIS Engineering analyses was performed in accordance with the Caltrans Highway Design Manual. Topic 633 of the Caltrans Design Manual was followed to develop pavement thickness design recommendations. This design method considers the relationship between the subgrade R -value, gravel factor of the various pavement layers, and the traffic index (TI). Topic 635 was followed to perform the pavement deflection testing and to analyze the pavements' structural adequacy. The data was reviewed to develop overlay thickness recommendations and to identify approximate areas of localized repairs. This design method considers the measured deflection reading and tolerable deflection measurement as a function of the TI and in-place AC thickness. Traffic indices (TI's) were provided to us for use in our analysis. The following 20 -year TI's were utilized: Table 1: Summary of Traffic Indices Utilized for Pavement Structural Analysis Roadway Limits 20 -Year TI Bridge E of Bayswater to MacArthur Blvd 8.0 MacArthur Blvd to Camelback St / Belcourt Dr 8.0 Bison Avenue Camelback St / Belcourt Dr to Liberty Baptist Church / Country Club Drive 8.0 Liberty Baptist Church / Country Club Drive to Jamboree Road 7.0 MacArthur Blvd to Big Canyon Dr / Santa Rosa Dr 8.5 San Joaquin Big Canyon Dr / Santa Rosa Dr to Hills Road Big Canyon Drive / Santa Cruz Dr 8.0 Big Canyon Drive / Santa Cruz Dr to Jamboree Rd 9.0 San Nicolas Dr Avocado Ave to 8.5 Newport Coast Dr 6. CONCLUSIONS AND RECOMMENDATIONS 6.1 GENERAL PAVEMENT REPAIR PROCESS AND TERMS This project involved evaluating three (3) roadway segments. To minimize repetitiveness, this section describes the various recommended processes and terms pertaining to the specific pavement repair recommendations section (Section 6.3) of this report. May 28, 2019 7 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California 6.1.1 Localized AC Repairs Areas of interest that may warrant localized AC repairs are illustrated in tabular format within Appendix C. The cells highlighted "'red" represent areas that likely contain medium- or high - severity structural -related pavement distresses (i.e., alligator cracking or depressions). The areas highlighted "yellow'' are marginal and a visual review can be performed to determine if localized repairs are needed. Areas of interested are also illustrated on Plate 4. We note that these localized repair areas were identified based on limited surface condition assessments, photo review, and deflection tests that were performed at 50- to 250 -foot intervals. As such, the location of the localized repairs provided in this report should be considered a baseline or starting point for identifying exact limits of localized AC repair. A detailed site walk is recommended to be performed to identify exact limits of repair. Localized AC repairs (i.e., dig outs or AC patches) consist of the following process: • Identifying areas containing medium- or high -severity alligator cracking or depression distresses (structural -related distresses) to 2 feet beyond the edge of the distress utilizing Caltrans' guidelines (Identifying & Repairing Localized Areas of Distress in AC Pavement Prior to Capital Preventive Maintenance or Rehabilitation Repairs); • Excavating and exporting materials at those locations to create room for replacement structural section; • Properly scarifying, mixing, and re -compacting the underlying exposed aggregate base or subgrade; and • Constructing the new full -depth AC pavement structural sections. Although not anticipated based on coring information, when the existing AC section is removed and if thicker AC sections are encountered than what is recommended, we recommend that the thickness of the new replacement full -depth AC section be at least 1 -inch thicker than the existing pavement section. The material at the bottom of the excavation should be scarified to the depth of at least 8 inches, moisture conditioned to 3 percent above optimum moisture content, and re -compacted to at least 90 percent of the material's maximum dry density (ASTM D 1557). The intent of processing the underlying material is to achieve a uniform, firm, and non -yielding section to serve as a stable platform for the construction of the AC section. For these localized AC repairs, we recommend using a3/4 -inch AC mix (i.e., Greenbook Class B, Type III132, or Type II1133) with PG 64-10 or PG 70-10 asphalt binder as the AC base course. If a composite pavement section is constructed (AC over AB), the recommended AB material is Greenbook crushed aggregate base (CAB), Greenbook crushed miscellaneous base (CMB), or Caltrans Class 2 aggregate base (AB). Performing localized AC repairs is necessary at locations containing medium- or high -severity structural related distresses (i.e., alligator cracking, potholes, depressions) prior to performing a May 28, 2019 8 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Kills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California mill -and -overlay (Section 6.1.2). If these localized distressed areas are not fully captured, the source of the pavement deterioration (i.e., structural deficiency or unstable/soft subgrade) will not be properly addressed, leading to an AC or ARHM overlay that may not meet its intended design life. 6.1.2 Mill -and -Overlay Mill -and -overlay as discussed in this report consists the following process: • Performing localized AC repairs of areas containing medium- or high -severity distresses as described in Section 6.1.1; • Cold milling the existing AC surface to create room for the new AC leveling and AC or ARHM overlay sections; • Constructing a 1.0 -inch thick AC leveling course section (Greenbook 3/8" Type IIID PG 64-10 AC mix); and • Constructing a 2.0 -inch thick AC (Greenbook %" Type IIIC3 PG 64-10 AC mix) or ARHM-GG-C overlay section. The purpose of milling the AC pavement is to remove top-down pavement cracks, as well as to remove a portion of the aged and oxidized pavement material. Either a uniform -depth cold mill (i.e., remove 3.0 -inches from edge to edge of pavement) or a tapered -edge cold mill (i.e., 3.0 -inch deep edge grind tapering to 1 -inch deep at 10 -feet away from gutter) can be performed to create room for the AC leveling course and AC/ARHM overlay sections. Changes to cross -slope and surface drainage flow should be considered when performing the tapered -edge cold mill approach. Based on coring data, paving fabric was encountered at a depth ranging from 1.5 to 2.25 inches as measured from the pavement surface at select locations (San Joaquin Hills Road at coring locations C-6, C-9, and C-10). The recommended 3.0 -inch deep uniform mill should inherently remove fabric that was encountered at 1.5 -inches to 2.25 -inches depth based on coring information. If paving fabric is exposed below this depth or during edge milling operation, additional milling is recommended to fully remove the existing fabric. The AC leveling course thickness would also need to be adjusted (increased) to level and smooth out the surface prior to constructing the AC or ARHM overlay section. The AC or ARHM overlay serves to restore grade, improve surface appearance, and reestablish pavement smoothness. We recommend using ARHM-GG-C as the mix for the overlay material to help limit reflective cracking potential on Bison Avenue and on San Joaquin Hills Road. Taking into consideration the significant bus traffic and the distresses that currently exist along San Nicolas Drive (slippage cracking, rutting, shoving, etc.), the recommended overlay (cap) mix for San Nicolas Drive is 1/2" Greenbook Type IIIC3 with PG 64-10 asphalt binder. Generally, when the total area of localized AC repairs exceeds approximately 25 percent of the total roadway area, the localized repair and mill -and -overlay strategy becomes less economical to implement from a life cycle cost basis, relative to complete reconstruction. For the mill -and - May 28, 2019 9 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California overlay to achieve its intended design life, it is assumed that all areas that warrant localized AC repairs are addressed (Section 6.1.1). This approach also assumes that all remaining areas that do not receive localized AC repairs are structurally adequate. 6.1.3 Unstable Materials Based on the soil types encountered and the moisture contents measured from select samples collected, it is our opinion that there is some potential for unstable materials to be exposed during construction. Areas with higher deflection measurements (generally 40 mils or more) will have greater potential for weak or wet subgrade conditions to be exposed during construction. If unstable materials are exposed, the following recommendations can be implemented. Unstable or soft subgrade conditions can be identified during construction by surface yielding under rubber - tired equipment loading and/or the inability to achieve proper compaction. The condition of the subgrade should be evaluated by GMU during the scarification and re -compaction efforts. Drying back of localized wet soil conditions can be performed to address unstable soils if time allows. If drying back soil is not a practical option, other remedial measures is recommended to stabilize the subgrade prior to placement of aggregate base and/or asphalt concrete. Depending on the extent and severity of the instability, the recommended measures to stabilize the subgrade include: • Removal of unstable soils to a depth of approximately 6 to 12 inches below the top of the unstable material, placement of geotextile material (Mirafi RS580i or equivalent) at the bottom of the excavation, and placement of aggregate base to replace the unstable soil. Shallow utilities at this depth of excavation may be encountered. • Increasing the AC base lift thicknesses by an additional 4 to 8 inches "bridge" over the unstable conditions. The recommended thicknesses of remediation could be greater, or less, depending on the conditions encountered. Any areas that require remediation should be observed by the geotechnical engineer to confirm the effectiveness of the recommendations provided herein. The intent of these recommended remediation methods is to achieve a non -yielding subgrade when subjected to relatively heavy, rubber -tired construction equipment loading such as a loaded water truck or loader with full bucket. The remediated areas should be proof -rolled with this type of equipment after remediation to confirm that the subgrade is unyielding. Pavement constructed on top of an unstable section will likely not achieve the required compaction and/or will experience reduced pavement life. 6.2 DEFLECTION TESTING FINDINGS The following table summarizes the deflection testing analysis and findings. May 28. 2019 10 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California Table 2: Deflection Analysis Summary and Findings Note (1): Utilized conservatively assumed AC thickness when coring information is unavailable (thicker AC section corresponds to conservatively lower allowable deflection). Note (2): Although structurally adequate as -is, a mill -and -overlay is recommended to address aging/materials related surface distresses (longitudinal, transverse, block cracking and surface weathering/raveling) and extend pavement life. Note (3): Structurally inadequate to achieve 20 -year design life. Localized repairs to address areas of medium/high- severity structural -related distresses are recommended, followed by a mill -and -overlay. 6.3 AREA -SPECIFIC CONCLUSIONS AND PAVEMENT REPAIR RECOMMENDATIONS 6.3.1 Bison Avenue It is our opinion the following factors contributed to the pavement deterioration of Bison Avenue: May 28, 2019 11 GMU Project 18-233-00 80th AC Tolerable percentile Design g Thickness Deflections Area Traffic for at Surface measured Findings( ) Index Analysis (TDS), mils surface deflection so Bison Ave 8.0 >0.50 -ftp') 17 10.5 Structurally (Bridge to MacArthur — adequate(') Bison Ave Localized repairs (MacArthur to 8.0 >0.50 -ft 17 24.6 and mill/overlay Camelback / Belcourt) recommended(') Bison Ave (Camelback / Belcourt to 8.0 >0.50 -ft 17 22.9 Localized repairs and mill/overlay Liberty Baptist Church / — recommended(') Country Club Dr Bison Ave (Liberty Baptist Church / 7.0 >0.50 -ft 20 19.3 Localized repairs and mill/overlay Country Club Drive to — recommended(3) Jamboree) San Joaquin Hills Rd Localized repairs (MacArthur Blvd to Big 8.5 >0.50-0) 15 16.5 and mill/overlay Canyon Dr / Santa Rosa Dr recommended0) San Joaquin Hills Rd (Big Canyon Dr / Santa 8.0 >0.50-0) 17 6 8 Structurally Rosa Dr to Big Canyon Dr / — adequate(') Santa Cruz Dr San Joaquin Hills Rd Localized repairs (Big Canyon Dr / Santa 9.0 >0.50-0) 14 26.3 and mill/overlay Cruz Dr to Jamboree Rd recommended(" San Nicolas Dr Localized repairs (Avocado to Newport 8.5 >0.50 -ft 15 33.6 and mill/overlay Center Dr) recommended(') Note (1): Utilized conservatively assumed AC thickness when coring information is unavailable (thicker AC section corresponds to conservatively lower allowable deflection). Note (2): Although structurally adequate as -is, a mill -and -overlay is recommended to address aging/materials related surface distresses (longitudinal, transverse, block cracking and surface weathering/raveling) and extend pavement life. Note (3): Structurally inadequate to achieve 20 -year design life. Localized repairs to address areas of medium/high- severity structural -related distresses are recommended, followed by a mill -and -overlay. 6.3 AREA -SPECIFIC CONCLUSIONS AND PAVEMENT REPAIR RECOMMENDATIONS 6.3.1 Bison Avenue It is our opinion the following factors contributed to the pavement deterioration of Bison Avenue: May 28, 2019 11 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California • Localized areas of softer subgrade (i.e., wetter or weaker soil type) at certain locations; • Subgrade appears to contain above optimum moisture content, particularly near areas adjacent to landscaped areas at some locations. The watering frequency of the landscaping should be checked to verify that over water is not occurring, which can reduce the load carrying capacity of the subgrade and accelerate pavement deterioration; • Use of rounded/sub-rounded aggregate base materials at the time of original construction that performed worse relative to current crushed misc. base (CMB) or crushed aggregate base (CAB) materials; • Longitudinal, transverse, and block cracking, as well as some weathering and raveling, are primarily aging and materials (non -load) related distresses. Based on the age and overall condition of the roadway, the extent of these distresses do not appear to be atypical. Surface milling will remove the aged/oxidized surface layer and allow a new overlay to be installed, which will address these surface cracks and allow a new structural wearing surface to be installed; and • Besides the areas recommended for localized repair, deflection testing analysis indicates the pavement is structurally adequate and will achieve a 20 -year design life when the recommended mill -and -overlay repair strategy is implemented. To achieve a 20 -year design life, we recommend performing localized AC repairs at locations containing structural related distressed per Section 6.1.1 of this report. In addition, a mill -and - overlay is also recommended upon completion of the localized repairs per Section 6.1.2. Pavement repair recommendations for Bison Avenue are summarized in the following Table 3. Table 3: Summary of Pavement Repair Recommendations for Bison Avenue(l1 Area Localized Repair Rec.(') Mill -and -Overlay Rec.(4) Bridge E of Bayswater to 8.0 -inches Full -Depth ACO) 3.0 -inch Mill -and -Overlay MacArthur Blvd (little to no areas of localized repairs anticipated) (I -inch thick AC leveling, 2 -inch thick ARHM-GG-C overlay) MacArthur Blvd to 3.0 -inch Mill -and -Overlay Belcourt Dr / Camelback St 9.0 -inches Full -Depth AC(3) (I -inch thick AC leveling, 2 -inch thick ARFIM-GG-C overlay) Belcourt Dr / Camelback Street to 3.0 -inch Mill -and -Overlay Liberty Baptist Church / 8.0 -inches Full -Depth ACt3� (1 -inch thick AC leveling, Country Club Dr 2 -inch thick ARHM-GG-C overlay) Liberty Baptist Church / 3.0 -inch Mill -and -Overlay Country Club Dr to 8.0 -inches Full -Depth AC(3) (1 -inch thick AC leveling, Jamboree Rd 2 -inch thick ARHM-GG-C overlay) more ( i ): necommenaea micKnesses shown are minimums. Note (2): Localized Repair per Section 6.1.1. Note (3): Represents total AC thickness (includes AR1IM, AC leveling, and AC base course layers). Note (4): Perform Mill -and -Overlay per Section 6.1.2. 6.3.2 San Joaquin Hills Road It is our opinion the following factors contributed to the pavement deterioration of San Joaquin Hills Road: May 28, 2019 12 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California • Localized areas of softer subgrade (i.e., wetter or weaker soil type) at certain locations; • Subgrade appears to contain above optimum moisture content, particularly near areas adjacent to landscaped medians at some locations. The watering frequency of the landscaping should be checked to verify that over water is not occurring, which can reduce the load carrying capacity of the Subgrade and accelerate pavement deterioration; • Use of rounded/sub-rounded aggregate base materials at the time of original construction that performed worse relative to current crushed misc. base (CMB) or crushed aggregate base (CAB) materials; • Longitudinal, transverse, and block cracking, as well as some weathering and raveling, are primarily aging and materials (non -load) related distresses. Based on the age and overall condition of the roadway, the extent of these distresses do not appear to be atypical. Surface milling will remove the aged/oxidized surface layer and allow a new overlay to be installed, which will address these surface cracks and allow a new structural wearing surface to be installed; and • Besides the areas recommended for localized repair, deflection testing analysis indicates the pavement is structurally adequate and will achieve a 20 -year design life when the recommended mill -and -overlay repair strategy is implemented. To achieve 20 -year design life, we recommend performing localized AC repairs at locations containing structural related distressed per Section 6.1.1 of this report. In addition, a mill -and - overlay is also recommended upon completion of the localized repairs per Section 6.1.2. The minimum recommended repair thicknesses for San Joaquin Hills Road are summarized in the following Table 4. Table 4: Summary of Pavement Repair Recommendations for San Joaquin Hills Road(') Area Localized Re air Rec.(2)(3) Mill -and -Overlay Rec.(4) MacArthur Blvd to 3.0 -inch Mill -and -Overlay Big Canyon Dr / Santa 9.0 -inches Full -Depth AC (1 -inch thick AC leveling, Rosa Dr 2 -inch thick ARHM-GG-C overlay) Big Canyon Dr / Santa Rosa Dr to 9.0 -inches Full -Depth AC 3.0 -inch Mill -and -Overlay Big Canyon Dr / Santa (little to no areas of localized repairs anticipated) thick AC leveling, Cruz Dr 2 -inch th tIIIvIroch hick AR -GG C overlay) Big Canyon Dr / Santa 3.0 -inch Mill -and -Overlay Cruz Dr to 10.0 -inches Full -Depth AC (1 -inch thick AC leveling, Jamboree Rd 2 -inch thick ARHM-GG-C overlay) LVUIe kid. owcommenaea tmcKnesses snown are minimums. Note (2): Localized Repair per Section 6.1.1. Note (3): Represents total AC thickness (includes ARIIM, AC leveling, and AC base course layers). Note (4): Perform Mill -and -Overlay per Section 6.1.2. May 28, 2019 13 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California 6.3.3 San Nicholas Drive It is our opinion the following factors contributed to the pavement deterioration of San Nicolas Drive: • The distress type observed within the travel lane (alligator cracking and depressions) are indicative of structural pavement inadequacies, potentially due to bus traffic from the nearby transit center. It is our opinion that this type of loading is a major contributing factor for the structural -related distresses observed along San Nicolas Drive; • Slippage cracking was observed within the through lanes, particularly near zones where vehicles are braking; • Substantial structural improvement is recommended to achieve a 20 -year design life for the through lane pavement; and • The parking or median lanes that do not receive significant traffic have much less loading and as a result, can achieve a 20 -year design life with a less extensive repair, such as mill - and -overlay. The recommended pavement repair strategy for San Nicolas Drive is summarized as follows: • Perform localized AC repairs per Section 6.1.1. Final pavement localized repairs should be identified based on a site walk; • Remove and replace the localized AC repair areas to full -depth / bottom of the existing AC section (anticipated 7.5 — 8.5 inches per Plate 3 — AC Coring Summary Table); • Perform variable depth grind to allow space for the new AC leveling and AC overlay layers, as follows: 0 3 -inches deep grind where AC pavement joins gutter edge, tapering to 1 -inch deep grind at 10 -feet away from gutter edge; o Continue with 1 -inch deep grind across the roadway towards the opposite side where the same tapered -edge grind is to be performed; • Construct 1 -inch min. thickness AC leveling course (3/8" Type IIID PG 64-10 AC mix) per Section 6.1.2; and • Construct 2 -inch min. thickness AC overlay course (1/2" Type IIIC3 PG 64-10 AC mix) per Section 6.1.2; and By performing the variable depth grind, the total AC thickness may differ depending on location. The minimum new total AC thickness within localized AC repairs (AC base + AC leveling course + AC overlay thicknesses) is recommended to be at least 10 -inches. Due to the significant extent of localized repairs anticipated (most of the travel lane in either direction, >25% total area or approximately 40,000 SF), complete reconstruction should also be considered as it may not cost substantially more than performing localized repair then the localized repair followed by mill -and -overlay approach. Assuming the cost is not substantially more, the benefit of complete reconstruction is that it can lead to less maintenance and more uniform pavement performance overtime. May 28, 2019 14 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California To minimize potential for slippage cracking (prevalent distress type observed along San Nicolas), a minimum tack application rate of 0.05-0.10 gal / sy is recommended to be applied along all surfaces where new AC will contact at any lift interface. The tack should be applied with complete and uniform coverage. 6.4 SPECIFICATIONS We recommend following the City of Newport Beach Specifications and the Standard Specifications for Public Works Construction (Greenbook) when implementing these repair recommendations. Requirements specified within the Greenbook should be followed, including but not limited to: • Pavement surface preparation and tack coat application prior to installation overlay; • Subgrade, aggregate base, and asphalt concrete relative compaction requirements; • AC and ARHM mixture requirements, including binder content, gradation, and Hveem Stability requirements; • AC paving operations, including temperatures, lift thicknesses, rolling patterns, and more. 7. EXPECTATIONS 7.1 REFLECTIVE CRACKING Reflective cracking is the propagation of the remaining underlying cracks through the new overlay. The rate at which remaining underlying cracks reflect through the surface is dependent on a number of factors that are challenging to predict. Some of these factors include the width of underlying cracks that remain after milling, variability in traffic loading, climate conditions (temperature swings resulting in expansion/contraction), and strength of the underlying section(s) supporting the overlay. The rule -of -thumb for reflective cracking is that cracks will propagate approximately 1 -inch per year. In other words, there is potential for underlying cracks to grow to the surface within approximately 2 years for a 2 -inch grind -and -overlay when using conventional AC. For improved reflective -cracking retardation, rubberized ARHM has been recommended for use on this project. To further reduce reflective cracking propagation, a pavement interlayer system, such as fiberglass -based interlayers or fiber -reinforced AC/ARHM mixes can be used. 7.2 DESIGN LIFE Excluding the potential for reflective cracking to propagate sooner and assuming that construction is performed in accordance with our recommendations and specifications, we estimate that implementing the recommended pavement repair will meet the requested 20 -year design life. Please note, the pavement will develop distresses with time and should not be expected to remain May 28, 2019 15 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California completely crack free for the full duration of the 20 -year design -life period. Proper pavement maintenance, including localized AC repairs when needed, crack repairs, and proper maintenance, should be performed to achieve a full 20 -year design life. 8. LIMITATIONS These recommendations are only intended to support the pavement repair map for the subject site. All parties reviewing or utilizing this report should recognize that the findings, conclusions, and recommendations presented represent the results of our professional engineering efforts and judgments. Due to the inexact nature of the state of the art of these professions and the possible occurrence of undetected variables in subsurface conditions, we cannot guarantee that the conditions actually encountered during construction will be the same as those observed and sampled during our study or that there are no unknown subsurface conditions which could have an adverse effect on the use of the roadway. We have exercised a degree of care comparable to the standard of practice presently maintained by other professionals in the fields of geotechnical engineering and pavement engineering, and believe that our findings present a reasonably representative description of conditions and their probable influence on the grading and use of the streets. Surface cracks may develop sooner or later depending on a number of factors that are hard to predict or not provided to us, such as actual traffic volumes or the extent and severity of subsurface cracks that remain upon milling. Because our conclusions and recommendations are based on a limited amount of geotechnical exploration and analysis, all parties should recognize the need for possible revisions to our conclusions and recommendations during construction of the project. The recommendations provided in this report are based on the assumption that an adequate program of observations and testing will be conducted by our firm during the construction phases in order to evaluate compliance with our recommendations and to provide revised recommendations if necessary depending on conditions encountered. GMU's recommendations for this project are, to a high degree, dependent upon appropriate quality control of subgrade preparation, mix design compliance, and pavement construction processes. Accordingly, the recommendations are made contingent upon the opportunity for GMU to observe the proposed construction. If parties other than GMU are engaged to provide such services, such parties must be notified that they will be required to assume complete responsibility as the engineer of record of the project by concurring with the recommendations in this letter and/or by providing alternative recommendations. GMU performed its evaluation using the degree of care and skill ordinarily exercised under similar circumstances by reputable civil and/or geotechnical engineering professionals with experience in this area in similar soil conditions. No other warranty, either expressed or implied, is made as to the conclusions and recommendations contained in this report. This report has been prepared for the exclusive use of the City of Newport Beach in accordance with generally accepted pavement engineering practices. May 28, 2019 16 GMU Project 18-233-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation Report, Bison Avenue, San Joaquin Hills Road, and San Nicholas Drive Pavement Rehabilitation Project, City of Newport Beach, California 9. CLOSURE We appreciate this opportunity to provide our pavement evaluation services on you project. If there are any questions concerning our findings or recommendations, please do not hesitate to contact us and we will be happy to discuss them with you. Respectfully submitted, GMU GEOTECHNICAL, INC. Nadim Sunna, M.Sc., PE 84197 �pe,?,ofESS/O* Project Geotechnical Engineer SChcy U m cams V �Rog . Schlierkamp,,PE 81 29 gTFoFCAL�F�� Dire or of Pavement Engineering May 28. 2019 17 GMU Project 18-233-00 F KUJLL; 1 511 t PROJECT SITE NEWPORT BEACH, CA San Joaquin Hills Road San Nicolas Drive NEWPORT BEACH, CA NEWPORT BEACH, CA o 1000, a a w a 0 / 4 z cc O � Q p o U - Z O w U ♦J W \ Z J � � V o O Z U wLU a U' Q 13/* nm w z �J 1 i Z N� i � c % F F j U w i nOj/a8 a,� b 0Ap.004b \ w i CL ro cr 0 N mm U uw > ) C fu ;10, a;10, �0d44 ON ti N oxawf -AB - li 6 —z 11 1 03110id xp ow uo ioxi u�n� y a�oi OOttLBI 0 On-ff2-Ai Axn]. nutuvun ary I G 4 I z 33s J-2 - Q n'ivw Q p^l8 an4PdoeW - V 0 z y-10 uoauns UL's - w w - Z J 3 O 0 u O � a J 0 O S ci w z Z' g WU Q W O O _ w Z Q x Q U x = s \N = Z a Santa Cruz Dr uU 0 W m� c V � J a= �g z ci3� u o a S _ 0 � cc ~_ o ca J/ _ ow ,� ? r ��soa e4ueg M o Big Canyon a c C w � ° � 3 Q o 0 N w i z � U g U U u � - 7 w z fo cl O m O J to v Ln U% o� O Z O w w U w I Q = z 0 z N V) d .amporee � o:,•,r -xe rvv try sioz tz i-a�io�d •o ow � i � � z ,poi-aoccze� •o oo-ttz-ei s�az or+w,rao m m = o °°v a v`uv °'« v noE T=O1a v cLDa��Dm c L U 2>>yJ y ��ay x° c? m v w a a w w mo EEa o c m 2 mo T L N � fC> m o U" E Ern r ° D• O O � L __ N0 oo v vi °u �° w t u .. t c.o o D o E° w y v >, E c r D a v c c t V o v .v E o. a N yro N x o c E E N n �� o D U •• m m O a s � o �p _ in ° N in m > c m a D U .3 E C v rnr N o. aIEE Kv M y E v aai v 3 y y E D- v m O> -O p m V a v v E w L o m o O `_ E E C m c >>= c o ml � N 0 c v ,-, y o � � E... ° W NEN N m m- o ��'TwD� >' 3 v D K y Y > 0 C d NNS C E m t v s cmi p Z- n NO y 01 ut a s E v D a J U O v V '° o E a v o NOI m E O O O Z 26 O m E V g D E O D ` a ° V v� L o � c t ? m v .mc m w' -vo o i6 10 u c o w u v m°- ¢ a rn > o o w a v t - EE a - d S m u N v � � m�.o�� vQ 9� no c rn o `o c rn '� c - •-. � o -- v c w u! � U a N <c E -o E -p U o E a _ d v oa c m c v m A m°u N v a; E ° E N w w u U � J z ami � x¢ `NV. t v W N U E-' ¢ c E ai7 a v v E E s v¢ o m a C) v '� c�a c « a' o c 3 m -_ o v N o E ai m R Q 0 U o n v V O O¢¢ v O' t E w 3 3 'v' .. " o N m c v a a a E a y m m v o D c H> N .o oa-mo ?. v y a A E m E d O1 `o ° N E E 42 N a C t D L w" o D V0 m o 'E s..� L W N p a rn -a 2 E F `v V o" v rn o° m w m o t N h o E E 2 E v v o v,vn = N y wm v o m 1 g m e « N v m E a a « m N rn E m° N u, y d u lw W - N m� c vi o E 3 Q v v im. U o $ " a o c 6 S c rn E a D r Q M p m N o ° a n ti J w D o rn U o o o yv m d N > p D ai v v L c O E E = > a N o 0 m m JJ, Qm Vl E� i ' _. _._.. _.- a ti` .. ` _ �/. �•` 77 d ,,$ n • /. � � N ® (} y H bk �. w n � "'�,._ �, r i. ti.Kc '�;. - �S �j�'• T��(/� > -��s � I r'°x � � C7+p . - a�� � '�• -_ . ' op@�o4b T r r It P•pit, .-.9• .,�r ,i ,,rr .4 ,t„ a _ Y 8 ° .- .i �� ;� '`. �-. h ra. , Y " � ® t�v adz, ` QJ , r `► • � +� ,9� �,, ;C0 / ;fes :t r.r >, '. '-• r<¢ . (,.: �.gj fir' � ` ... _ t� .. t t •' �•. � �. ,� *' i`> yep' - -•�E :: �ry\, \'t- • '` X09 �� � .�.� � t { "T �i. a ��1.�g � Al t ' k a r f iJ n as uoeuti ue 1�' Santa Cruz Dr { f 1. r t y S �amporeeck -_a _pA18 an��ae� � .. �• I t; ov y r 9 I � r 1 cr _1 I` �1 ap BSON e;ueg Big Canyon Dr _ - t_. Y i Y / 4 Appendix A Select Photographs Photo 1: Deflection testing and moving -closure traffic control being performed along Bison Avenue, East of Bayswater. Photo 2: Coring completed at C -l. Core located within area containing medium -severity alligator cracking. Deflection testing measured approximately 48 mils at this location (relatively high). Appendix A 7i] UW Page 2 of 5 Photo 3: Coring location C-2 on Bison Avenue. Relatively new pavement patch appears to have developed medium -severity alligator cracking. Deflection testing measured approximately 31 mils at this location (relatively high). Photo 4: San Joaquin Hills Road, coring location C-7. Deflection testing measured approximately 4 mils at this location (relatively low). Pavement structural section consists of 8.75" AC over 6.0" AB at this location. Appendix (MU Page 3 of 5 5 7�1 'i �T rt h -y $ 33r � .. - ��rt �7 Lf - '� t'H;" ? � y d t� r+¢M1y 4f t"� 7.y�'tn§I .�t �`e, �.M. �'K n t U y � •r ` Photo 5: San Joaquin Hills Road, coring location C-10. Low -severity weathering within lane 3, which appears to be a relatively new section based on surface texture. Deflection testing measured approximately 20-32 mils at this location. Pavement structural section consists of 6.0" AC over 4.5" AB at this location. Photo 6: San Nicolas Drive, coring location C-11. Medium -severity alligator cracking. Pavement structural section consists of 7.5" AC over 5.5" AB at this location. Appendix A OW Page 4 of 5 � �;:= �.�� I, lT _., _ �� ,�_ ®_ _ - __ � �_____-- _ - . Appendix B Laboratory Data Summary bL16 N6 lUJ WNUMU HV JNJ NU OG -CU -91 V1V0 BVI 1105 318VJ f1W0 � '=� C_ L � � O 7 v W 0 a U) P s U F E m Ng L U x CL w > C) v K o_ N y c r O. C X W .7E O N M C v O U N CL E 0 E�o� o (D n > Q U Z'd a N N 0 m J n CI) d N rn 7 J M M M Q CD O r 0 0 m M W 0 v J m o M Cl) N Z U LL m N 0� O N y m a m� w c � � M CL 3:e LO O !� N Z C O 1 _ _ m o 0 0 o U N ca -C� rn m N c? M (O N M N Uj M 5 N O U `- 7 U_ ✓T E C �� a a a a a a a a a a a a 0 CF 0 b d > w z z z z z z z z z z z z c 0 i w N N N C d O O O E (AC d N M t t(1 f0 I- W O O_ N m Z U U U U U U U U U U U U bL16 N6 lUJ WNUMU HV JNJ NU OG -CU -91 V1V0 BVI 1105 318VJ f1W0 � '=� 7 Boring Number Depth (feet) Geologic Unit Test Symbol Insitu Water Content (%) LL 60 PI Classification C- 1 1.2 CL or OL CH or OH 25 "A" LINE SANDY SILT (ML) C- 8 0.9 50 0_ X m 15 32 15 17 CLAYEY SAND (SC) C-11 1.1 Qaf ♦ 25 35 19 Q40 Z CLAYEY SAND with SILTSTONE (SC) F_ 30 U Q 20 J n m A Z 10 0 ML or OL MH or OH CL -ML I z 0 20 40 60 80 100 LIQUID LIMIT (LL) Project: ATTERBERG LIMITS City of Newport Beach Stantec Bison Ave SJH Rd Pavement Eval Project No. 18-233-00 GEOTECHNICAUNC. Boring Number Depth (feet) Geologic Unit Test Symbol Insitu Water Content (%) LL PL PI Classification C- 1 1.2 Qaf • 21 35 25 10 SANDY SILT (ML) C- 8 0.9 Qaf m 15 32 15 17 CLAYEY SAND (SC) C-11 1.1 Qaf ♦ 25 35 19 16 CLAYEY SAND with SILTSTONE (SC) r Number 140 135 Unit Density, pcf Moisture Content, Classification C- 3 1.3 Oaf SG=2.60 SG=2.70 120 12.5 SILTY SAND with some CLAY (SM) 130 125 120 115 c. r z 110 W v r 0 105 100 95 90 85 80 0 10 20 30 40 50 MOISTURE CONTENT (%) Boring Depth Geologic Symbol Maximum y Dr711 Optimum COMPACTION TEST DATA Project: City of Newport Beach Stantec Bison Ave SJH Rd Pavement Eval Project No. 18-233-00 CEOTECHNICALINC.. Number (feet) Unit Density, pcf Moisture Content, Classification C- 3 1.3 Oaf • 120 12.5 SILTY SAND with some CLAY (SM) 140 135 pcf Content, /o Classification C-10 0.9 Qaf • 120.5 13 SILTY SAND with some CLAY (SM -SC) SG=2.60 SG=2.70 130 125 120 or 115 a I— z 110 LU 0 r 0 105 100 95 90 85 80 0 10 20 30 40 50 MOISTURE CONTENT (%) Boring Number Depth (feet) Geologic Unit Symbol Maximum y Density, DrMU Optimum Moisture COMPACTION TEST DATA Project: City of Newport Beach Stantec Bison Ave SJH Rd Pavement Eval Project No. 18-233-00 ry, GEOTECHNICALINC_ pcf Content, /o Classification C-10 0.9 Qaf • 120.5 13 SILTY SAND with some CLAY (SM -SC) 7�JrGWTV R-VALUE TEST REPORT PATE--kEENT ENGINEERING _i CT -301 ASTM -D2844 20.9 PROJECT NAME:;ity of Newport Beach Stantec Bison Ave SJH Rd Pavement Ev, PROJECT NUMBER: 18-233-00 SAMPLE LOCATION: SAMPLE NUMBER: c-1 SAMPLE DESCRIPTION: Sandy Silt (ML) SAMPLE DEPTH: 1.17 -4.0' SAMPLED BY: DW 1/30/19 TESTED BY: RC 104.1 DATE TESTED: 2/7/2019 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 20.9 19.6 18.7 WEIGHT OF SAMPLE, grams 1043 1001 995 HEIGHT OF SAMPLE, Inches 2.51 2.44 2.37 DRY DENSITY, pcf 104.1 104.0 107.3 COMPACTOR AIR PRESSURE, psi 140 160 175 EXUDATION PRESSURE, psi 166 264 557 EXPANSION, Inches x 10exp-4 16 30 49 STABILITY Ph 2,000 lbs (160 psi) 79 51 44 TURNS DISPLACEMENT 4.99 5.16 4.78 R -VALUE UNCORRECTED 34 51 58 R -VALUE CORRECTED 34 48 54 EXPANSION PRESSURE (psf) 69.1 129.6 211.7 90 80 70 60 W 50 7 J Q > 40 30 20 10 R -VALUE VS. EXUDATION PRESSURE 0 44 I I I I I 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) R -VALUE AT EQUILIBRIUM: 50 R -VALUE BY EXUDATION PRESSURE: 50 R -VALUE BY EXPANSION PRESSURE: 52 EXPANSION PRESSURE AT 300 PSI EXUDATION: 140 TRAFFIC INDEX (Assumed): 5.5 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/mA3 (Assumed): 2100.0 500 450 LL 400 N 350 W 300 cn 250 U) W IY 200 IL 150 _O U) 100 Z d 50 X W 0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 0 100 200 300 400 500 600 700 Soo EXUDATION PRESSURE (PSI) w F 500.0 W O 450.0 J m 400.0 Q H 350.0 N m £ 300.0 y E 250.0 W Y 200.0 O 150.0 2 ~ 100.0 w > 50.0 O U 00 COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE) 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) V lCmu R_NAL_UE TEST REPORT P_-NE.tIENTE\G TMNG I CT -301 I ASTM -D2844 13.2 PROJECT NAME: City of Newport Beach Stantec Bison Ave SJH Rd Pavement Eval PROJECT NUMBER: 18-233-00 SAMPLE LOCATION: SAMPLE NUMBER: C-6 SAMPLE DESCRIPTION: Silty Sand (SM) SAMPLE DEPTH: 2.56 SAMPLED BY: DW 1/30/19 TESTED BY: JV 112.5 DATE TESTED: 2/9/2019 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 13.2 14.0 14.8 WEIGHT OF SAMPLE, grams 1062 1083 1021 HEIGHT OF SAMPLE, Inches 2.48 2.56 2.49 DRY DENSITY, pcf 114.6 112.5 108.3 COMPACTOR AIR PRESSURE, psi 300 300 270 EXUDATION PRESSURE, psi 633 298 183 EXPANSION, Inches x 10exp-4 25 12 0 STABILITY Ph 2,000 lbs (160 psi) 22 28 38 TURNS DISPLACEMENT 4.58 5.03 5.18 R -VALUE UNCORRECTED 77 70 61 R -VALUE CORRECTED 77 70 61 EXPANSION PRESSURE (psf) 108.0 51.8 0.0 90 80 70 60 w 50 J Q > ao 30 20 10 R -VALUE VS. EXUDATION PRESSURE 0 44 1 I I I I 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) R -VALUE AT EQUILIBRIUM: 70 R -VALUE BY EXUDATION PRESSURE: 70 R -VALUE BY EXPANSION PRESSURE: 75 EXPANSION PRESSURE AT 300 PSI EXUDATION: 70 TRAFFIC INDEX (Assumed): 50 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/m^3 (Assumed): 2100.0 500 450 iy 400 N d 350 W X 300 M 250 W W 200 a Z 150 _O U) 100 z 0- 50 X W 0 0 W F 500.0 W O450.0 -- -- --- — -- -- J 400.0 -- - — -- - -- Fa- 350.0 - - - - - m 300.0 -- N E 250.0 --- -- -- - — W z 200.0 -- - Y U 150.0 — -- - -- ~ 100.0 -- — --- It— - w > 50.0 -- - -- - -- -- -- O U 0.0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE) 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) p7rj cw R -VALUE TEST REPORT PAVENIENTE\GhNTERING L Cl 301 L ASTM D2844 13.6 PROJECT NAME::ity of Newport Beach Stantec Bison Ave SJH Rd Pavement Ev. PROJECT NUMBER: 18-233-00 SAMPLE LOCATION: SAMPLE NUMBER: C-8 SAMPLE DESCRIPTION: Sandy Clay (CL) SAMPLE DEPTH: •92 -4.0' SAMPLED BY: DW 1/30/19 TESTED BY: RC 110.2 DATE TESTED: 2/7/2019 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 13.6 15.5 17.3 WEIGHT OF SAMPLE, grams 1040 1102 1139 HEIGHT OF SAMPLE, Inches 2.52 2.58 2.67 DRY DENSITY, pcf 110.2 112.1 110.2 COMPACTOR AIR PRESSURE, psi 140 135 125 EXUDATION PRESSURE, psi 619 455 289 EXPANSION, Inches x 10exp-4 59 23 0 STABILITY Ph 2,000 lbs (160 psi) 75 118 142 TURNS DISPLACEMENT 4.00 4.40 5.34 R -VALUE UNCORRECTED 41 17 6 R -VALUE CORRECTED 41 18 6 EXPANSION PRESSURE (psf) 254.9 99.4 0.0 90 80 70 60 w 50 7 J Q � 40 Q' 30 20 10 R -VALUE VS. EXUDATION PRESSURE 44 I ! I I I I 0 100 200 300 400 500 600 700 Boo EXUDATION PRESSURE (PSI) R -VALUE AT EQUILIBRIUM: 7 R -VALUE BY EXUDATION PRESSURE: 7 R -VALUE BY EXPANSION PRESSURE: 38 EXPANSION PRESSURE AT 300 PSI EXUDATION: 5 TRAFFIC INDEX (Assumed): 5.5 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/m^3 (Assumed): 2100.0 500 450 (L 400 d 350 W W 300 M U)cn 250 W W 200 IL Z 150 O U) 100 z 0- 50 X W 0 0 FW- 500.0 W 2 450.0 --- --- — --- --- J m 400.0 --- — - -- -- --- -- -- F 350.0 -- - — ED 300.0 -- N 250.0 --- — --- W z 200.0 — - — Y U 15ao -- - — -- — -- ~ 100.0 -- -- - -- -- --- -- -- - w w > 50.0 — - -- --- -- - — - O U 0.0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE) 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) 0 VlCmu R_ -VALUE TEST REPORT PkVEtIM- TF-XGD-EIIt7NG 1 CT -301 I ASTM -D2844 23.3 PROJECT NAME: City of Newport Beach Stantec Bison Ave SJH Rd Pavement Eval PROJECT NUMBER: 18-233-00 SAMPLE LOCATION: SAMPLE NUMBER: C-11 SAMPLE DESCRIPTION: Clayey Sand (SC) SAMPLE DEPTH: 2.57 SAMPLED BY: DW 1/30/19 TESTED BY: JV 97.3 DATE TESTED: 2/9/2019 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 23.3 22.1 21.1 WEIGHT OF SAMPLE, grams 966 1007 991 HEIGHT OF SAMPLE, Inches 2.43 2.57 2.50 DRY DENSITY, pcf 97.7 97.3 99.2 COMPACTOR AIR PRESSURE, psi 270 290 300 EXUDATION PRESSURE, psi 238 273 423 EXPANSION, Inches x 10exp-4 10 15 22 STABILITY Ph 2,000 lbs (160 psi) 83 54 36 TURNS DISPLACEMENT 5.78 5.80 5.46 R -VALUE UNCORRECTED 29 46 61 R -VALUE CORRECTED 28 46 61 EXPANSION PRESSURE (psf) 43.2 64.8 95.0 90 80 70 60 W 50 J Q > 40 30 20 10 R -VALUE VS. EXUDATION PRESSURE 0 4 I I I I a I 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) R -VALUE AT EQUILIBRIUM: 49 R -VALUE BY EXUDATION PRESSURE: 49 R -VALUE BY EXPANSION PRESSURE: N.A. EXPANSION PRESSURE AT 300 PSI EXUDATION: 70 TRAFFIC INDEX (Assumed): 5.5 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/m^3 (Assumed):l 2100.0 500 450 {L 400 a 350 W 300 250 W W 200 IL z 150 0 V) 100 z a- 50 X W 0 0 x H 500.0 - W 2 450.0 -- - J m 400.0 -- - - -- --- -- --- - ~ 350.0 --- -- - -- --- -- M £ 300.0 - --- - £ 250.0 -- - - -- -- - W z 200.0 - - U 150.0 -- ~ 100.0 - w > 50.0 --- -- - -- -- --- --- -- - -- O U 0.0 _ EXPANSION PRESSURE VS. EXUDATION PRESSURE 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE) 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) Appendix B - Phasing Plan : 0 bee E 2 � i a e � & ' apv §my�E D,(& ,400') Z \� a�, GA®dn&�Iva.,, C18 gamw F Ic \ \ & Appendix C - Loop Detector and Traffic Sign LIMIT LINE OR CROSSWALK PER PLAN v 001 1 -OX I 2 -OX DETECTOR INPUT FOR THROUGH PHASES DETECTOR INPUT FOR LEFT TURN PHASES BICYCLE LOOP DETECTOR INPUT CALTRANS TYPE E LOOP DETECTOR MODIFIED CALTRANS TYPE E LOOP DETECTOR (LEAD LOOPS) CALTRANS TYPE D LOOP DETECTOR (3'x6') NOTES: 1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS SHALL BE 3'x6'. 2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LEAD LOOPS IMMEDIATELY IN ADVANCE OF LIMIT LINE OR CROSSWALK. 3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DETECTOR LEAD-IN CABLE (DLC). 4. SEE CITY STD -923 -L -B FOR CALTRANS MODIFIED TYPE E LOOP WINDING DETAIL. 5. LOOP WIRE SHALL BE TYPE 2. LOOP DETECTOR LEAD-IN CABLE (DLC) SHALL BE TYPE B. 6. LOOPS SHALL BE INSTALLED PER CALTRANS STANDARD PLAN ES -5A AND ES -5B. 7. LOOP SEALANT SHALL BE HOT -MELT RUBBERIZED ASPHALT SEALANT. RECD qpp EVI CITY ENGINEER DATE DIR OF PUBLIC WORKS DATE ADOPTED RSED CIT_- O_ NEWPORT BEAC DEPARTMENT O -PUBLIC WORKS STANDARD DETAIL NO. LOOP DETECTORS 923 -L-A USE WIT : STANDARD SPECT JCATIONS OR PUBLIC WORKS CONSTRUCTION SHEET I of 2 / LEGEND: 1-oX 00 1-0Y o � m OXB 000,E 3 -OX O O LEFT TURN LANE 0 THROUGH LANES 0 I I BIKE LANE 0 I 1-0Y I I EDGE OF GUTTER CURB FACE v 001 1 -OX I 2 -OX DETECTOR INPUT FOR THROUGH PHASES DETECTOR INPUT FOR LEFT TURN PHASES BICYCLE LOOP DETECTOR INPUT CALTRANS TYPE E LOOP DETECTOR MODIFIED CALTRANS TYPE E LOOP DETECTOR (LEAD LOOPS) CALTRANS TYPE D LOOP DETECTOR (3'x6') NOTES: 1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS SHALL BE 3'x6'. 2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LEAD LOOPS IMMEDIATELY IN ADVANCE OF LIMIT LINE OR CROSSWALK. 3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DETECTOR LEAD-IN CABLE (DLC). 4. SEE CITY STD -923 -L -B FOR CALTRANS MODIFIED TYPE E LOOP WINDING DETAIL. 5. LOOP WIRE SHALL BE TYPE 2. LOOP DETECTOR LEAD-IN CABLE (DLC) SHALL BE TYPE B. 6. LOOPS SHALL BE INSTALLED PER CALTRANS STANDARD PLAN ES -5A AND ES -5B. 7. LOOP SEALANT SHALL BE HOT -MELT RUBBERIZED ASPHALT SEALANT. RECD qpp EVI CITY ENGINEER DATE DIR OF PUBLIC WORKS DATE ADOPTED RSED CIT_- O_ NEWPORT BEAC DEPARTMENT O -PUBLIC WORKS STANDARD DETAIL NO. LOOP DETECTORS 923 -L-A USE WIT : STANDARD SPECT JCATIONS OR PUBLIC WORKS CONSTRUCTION SHEET I of 2 RECD 2' MIN. * 8' MIN WHEN INSTALLED ON OR ADJACENT TO BICYCLE SIDEWALKS, PATHS OR WALKWAYS. NOTES TRAFFIC SIGN L( VARlIES 1 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. 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. ENGINEER APP. DIR OF PUBLIC WORKS DATE CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS I STANDARD DETAIL NO. TYPICAL TRAFFIC SIGN INSTALLATION 924-L USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 Appendix D - Traffic Control and Detour Plan � Z 00 I — U) m x a- < W ow W W C) Z T UJ < W z U) LL, tz > < of 0 0 z z z 0 LL, C) > 0 < Z tz� Ma '0 < 0) u ld31 MO139 33S OS+ZOL -3NIlHDIVW 4MOS 1dW `4 z I i3� �N\ANO \ W I a 01. I I O U t 0 _ m� 0 LL 1 — --- MO .12 ITOm0l . `� • •, � __� of _ - s 1 t 1 I I r 7 ISE — Z 1 I I J Om 1.0 I j - o 0 I U z O ' '� - I U (L I Z ..-x•41 � � I - � �- � � - -- --- 01 CL V/ /\ %T 1 C i '•r• II F- L�L LII ILco 41 L co 0 co 2 LLI co mCL Q o I Z w- --p LC) O J W 14' I m 84 'a == _� - I I i 1 <¢ o 19.1 7 s, 00. �' Ilyy 11 09+ZOL-3NIlHO1VW 1HO a �n 08 yOl bW OL 1HJR13AOBV33S ��S © N W � Z f Z L6 0 CL 0. o U ^ LU zz QLL 0 iL IJAI MWEle 33S0 00+66 -3NnHOIV" ef 0 u Z LL co 0 cr) LLW oin U3 w z CL 02 w Z aw zr� O LO w LOjh^co Z ti DZi 0 Zcf) m V) 0 U) in 0 LL F- cr m 2 0 LL CO U - co 0 CO SGV D NT < LL LLJ F- OM w = < rE ao 'u, 08 Z, z w 00-66 -3NIIHOIVn WI T L IHSIN 3MOOV 33S =LANcz() Appendix E - SB -1 Sign STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION • A 3.50" 18" �. 52.50" 1. 52" ��.-- 18"—► 2.50" 1.50" 21 20.75"— 20 --� 1— 52"� 26.5" 20.75" 3.20" 1.30" 2.25" 1.20" 7i-23.75"--� { —17.45"—� 1 40.70" +I 13.7"-4 I~26.45" ----+7i . 55.50" �T. 33" o1. 55.50" 6"a}. 38.5" 4] �-13.88"—►I 12.25"-+I 11.51-+--38.5" �r6"s 4.73" 1.25" 2.15" 1.25" NOTES: 1. Provided dimensions are for the 144"x90" sign. For the 96"x60" sign, calcuate each dimension by 2/3 (0.667). For the 48"00" sign, calculate each dimension by 1/3 (0.333). 2. Use when the project involves Senate Bill 1 funds. C48 (CA) ENGLISH UNITS A B 144 90 96 60 48 30 COLORS: LEGEND - BLACK (ARIAL BOLD ITALIC) BACKGROUND - WHITE AND FLUORESCENT ORANGE SENATE BILL 1 LOGO - CMYK COORDINATES FOR SB1 LOGO ARE AS FOLLOWS: BROWN (C 80%, M 80%, Y 80%, K 20%), LIGHT CREAM (C 0%, M 2%, Y 7%, K 0%), BLUE (C 75%, M 23%, Y 1%, K 0%), GREEN (C 90%, M 20%, Y 80%, 0%), YELLOW GOLD (C 0%, M 38%, Y 85%, K 4%), RED (C 16%, M 84%, Y 65%, K 3%) BE WORK ZONE ALERT RIBBON: PANTONE #299 BLUE AND ORANGE (SEE VECTOR GRAPHICS FILES FOR SB1 LOGO AND BE WORK ZONE ALERT RIBBON) ALL COLORS TO BE RETROREFLECTIVE, EXCEPT FOR BLACK 1111119