Loading...
HomeMy WebLinkAboutC-7184-2 - Concrete Street Pavement Reconstruction (Anade Avenue, Montero Avenue, Alvarado Place, and 6th Street)1 JV011 t4 November 10, 2021 Aramexx Group, Inc., dba Aramexx Construction Attn: Salim Samour, President 532 W. First St., Unit 202 Claremont, CA 91711 Subject: Concrete Street Pavement Reconstruction — C-7184-2 Dear Mr. Samour: lupi ivi r'�'Woi 1),iv", N cwf at tsr,.„-I i, illinrnl,i 9.'6W n�.w�,,. q LI��•d� h�. a.yov On November 10, 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 November 16, 2020 Reference No. 2020000658281. The Surety for the contract is United States Fire Insurance Company and the bond number is 613-100614-5. Enclosed is the Faithful Performance Bond. Sincerely, �^ Leilani I. Brown, MM(; City Clerk Enclosure -�: .�..-� � _ �t��s�f�a-fir..: .- -- � �:, -�-���c�-�c• �s �-�”- PREMIUM IS FOR THE Executed in Duplicate CONTRACT TERM AND IS EXHIBIT B SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO. 613-100614-5 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ $18,589.00 , being at the rate of $ 18,75` thousand of the Contract price. per thaearvJ her the the $100k $18.13 par tlnusa al her the next $400k, $10.88 per Bpusantl for 0e next $2 mill k in, $8,63 per thousand he the next $2.5 in Inn, $7 88 per theal W the next 52.5 mllllpn, and $? 20 per threaded thereafter WHEREAS, the City of Newport Beach, State of California, has awarded to ARAMEXX GROUP, INC. a California corporation, doing business as ("DBA") ARAMEXX CONSTRUCTION hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of, but is not limited to, two (2) mobilizations and demobilizations; traffic control implementation; construction surveying and staking; utility company coordination and utility verification; dewatering; removal and construction of concrete pavement, PCC driveway approaches, PCC alley approaches, PCC cross gutter spandrels, PCC curb ramps with truncated domes, PCC curb, PCC sidewalk, PVC under sidewalk drains; storm drain improvements consisting of 12" PVC pipe, catch basins, junction structures, and cleanouts; removal of existing trees, installation of new trees, parkway landscape planting and irrigation improvements; utility relocations and adjustments; streetlight pole adjustment including removal and reconstruction of streetlight foundation; adjustment of fire hydrants; private improvements and coordination; traffic signing and striping 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 _ United States Fire Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million Three Hundred Sixty Nine Thousand Seven Hundred Eight Dollars ($1,369,708.00) 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, Aramexx Group, Inc. dba Aramexx Construction Page B-1 as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 17th d of January 2020 . —� Aramexx Croup Inc. dba Aramexx Construction Name of Contractor (Principal) Authorized Sigpture/Ti)Ye United States Fire Insurance Company �J ,t Name of Surety Authorizeld Agent Signature 305 Madison Avenue, Morristown, NJ 07962 Address of Surety (973)490-6600 I elephone Vanessa Copeland, Attorney -in -Fact ---- Print Name and Title Aramexx Group, Inc. dba Aramexx Construction Page B-2 APPROVED AS TO FORM: CITYATTo NEY's OFFICE Date: t ?- m Z ce o By: & L C Aaron C. Harp ° City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED -- -- ---- ---- - ------ - -- - _ - — -- Aramexx Group, Inc. dba Aramexx Constriction Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of See Attached } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose nam-e(s)is/are' subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ }ss. On 20 before me, Notary Public, personally appeared _ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Aramexx Group, Inc. dba Aramexx Construction Page B-4 CALIFORNIA ALL-PURPOSE, ACKNOWLEDGMENT CIVII, CODE 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) Oil _}' { _before me, Natassia Kirk -Smith- - Notary Public, personally appeared _ _ _ Vanessa Copeland Nanre(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose nanre(s) is/arc subscribed to the within instrument and acknowledged to me that he/she/trey 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. +` NATASSIA KIRK-SMTH Notary Public � California Orange County E ] Commission A 2257818 My Comm. Expires Aug 12, 2022 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offici4( seal. Signahike:-- SignaWru of;Conry Public --------------------------------------------------------- OPTIONAL ------------------------------ - - - Though the information below is not required by law, it may prove valuable to persons relying on the document and could present fraudulent and runtachurcnl or This forus to anolhet' document. Description of Attached Document Type or Title of Document: Document Date: Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name: Vanessa Copeland ❑ Individual - - - - - ❑ Corporate Officer-Title(s): ❑ Partner: ❑Limited ❑ General PC Attorney in Fact I Trustee I I Guardian or Conservator ❑ Other: Signer Is Representing Number of Pages: . - - ---Capacity(ies) Claimed by Signer(s) - -- Signer's Nanre: ❑ Individual ❑ Corporate Officer - Title(s): ❑ Partner: ❑Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signcr Is Representing: POWEROFATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL. OFFICE - MORRISTOW N, NEW JERSEY 01016 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, n corporation duty organized and existing Under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute mud appoint: Eric Lowey, Mark Richardson, Vanessa Copland, Kevin Cathcart, Shawn Blu is each, its true and lawful Adorney(syla-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and Undertakings of surety and other documents that Ore ordinary cause of suety business may require, and to bind United States Fire Insurance Company thereby as fully and to the smile exkn( as if such bonds or undertakings laid been duly executed and acknowledged by the regularly elected officers of Uhdted States- Fire Insurance Company at its principal office, in mnounls or penalties not exceeding: Fifty Million Dollars ($50,000,000). This Power of Attorney limits the act of those named therein to the bonds and Undertakings specifically tanned therein, and they have no authority to bind United States Fire IRSLranCe Company except in the manner and to the extent therein stated. This Power of Attonhcy revokes all previous Powers of Attorney issued on behalf of the Attorneys -Iii -Fact untried above and expires on January 31, 2021. '['his Power of Attorney is granted pursuntht to Article IV of the lay -Laws of United States Fire Insurance Company as now in Pftlll force and ettret, and consistent with Article Ill thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chainnnth of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretaryshall have power on behalf orthe Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and docmnents whatsoever in connection with its business including, without limiting the foregoing, any bonds, g-umantees, undertakings, recognizances, powers of attorney or revocations or any powers of attomey, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article 111, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers or attorney or revocations of any powers of attomey and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Dh Wtors, dividend warrants or checks, or other nuuerous instrmrculs similar to one another in form, may be signed by the facsinhile signature or signatures, lithographed or otherwise produced, of such otticer or officers of the Corporation as tram (rule to lime may be authorized to sign such insfmme,hts on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature or my person or persons who shall have been such affect or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WI I N ESS WHEREOF, United States Pile Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corpora.e seal hereunto atlixed this 100' day of March, 2016. UNITEDSTATES FIRE INSURANCE COMPANY ��.� Anthony R. Slinhowicz, Pxecutivc Vice President Slate of New Jenscyl County of Morris I Oil this to"' day of March 2016, before tine, a Nohuy public orthe Site of New Jersey, came [lie above named officer of United Stales Fina Insurance Company, to me personalty known to be the individual and officer described Inerein, and acknowledged that he executed the foregoing inslruurc-Ut and affixed the seal of [finial States Fire h1SWUneC Company thereto by the authority of his office. (1 NCONIyISSIO COBNRW.IPIR5EV Sonia Scala (Notary Public) NIY CONhblltitil(1N 1?x I'1It ISti 3/25/2112) No. 2163686 I, the undersigned offecv of [)riled Spates Fire Insurance Company, a Delaware corporation, do (hereby certify that the original Power of Atorney of which I the Ibregoirg Ls n 1411, time rad correct copy is still in licca and cllccl and has not been revoked. IN WI I'NCSS WHEREOF, 1 hove hereunto set my hall([ and at'ixed law corporate seal of United Sates Fire ItlJmnllce Coulpauy on [Ile (illy of .lanuary 2020 UN LTED STATES FIRE INSURANCE, COMPANY Paler M. Quinn, Senior Viva Pr64idi911 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 Los Angeles On jkyu9w— j 22 2oto before me, personally appeared Salim Samour R. Gallardo Samour, Notary Public (insert name and title of the officer) who proved to me on the basis of satisfactory evidence to be the personXwhose nameXis/are- subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/heiAheif authorized capacitykkwa , and that by hisfheicAheir signatureXon the instrument the personX, or the entity upon behalf of which the person,(a)'acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ►.. R. GALtARDO SAMDUR Notary Pubic - California San Be,-'a'Cln, County 4 �- Comr.:ission v 2285846 (.Seal) �' MV Corr!:•. ExpFes .Nay 10. 2028 January 25, 2021 Aramexx Group, Inc dba Aramexx Construction Attn: Salim Samour, President 532 W First St., Unit 202 Claremont, CA 9-1711 Subject: Concrete Street Pavement Reconstruction - C-7181-2 Dear Mr. Samour: _8M ilH loo civic center Drive Newport Boach, California 92660 949-644-3005 1 949-6=F4-3039FAX newportbeachca.gov On November 10, 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. rhe Notice of Completion was recorded by the Orange County Recorder on November 16, 2020, Reference No. 2020000658281. The Suretv for the bond is United States Fire Insurance Company and the bond number is 613-100614-5. Enclosed is the Labor & Materials Pavment Bond. Sincerely, Leilani 1. Brown, MMC Citv Clerk Enclosure Executed in Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 613-100614-5 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to ARAMEXX GROUP, INC. a California corporation, doing business as ("DBA") ARAMEXX CONSTRUCTION hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of, but is not limited to, two (2) mobilizations and demobilizations; traffic control implementation; construction surveying and staking; utility company coordination and utility verification; dewatering; removal and construction of concrete pavement, PCC driveway approaches, PCC alley approaches, PCC cross gutter spandrels, PCC curb ramps with truncated domes, PCC curb, PCC sidewalk, PVC under sidewalk drains; storm drain improvements consisting of 12" PVC pipe, catch basins, junction structures, and cleanouts; removal of existing trees, installation of new trees, parkway landscape planting and irrigation improvements; utility relocations and adjustments; streetlight pole adjustment including removal and reconstruction of streetlight foundation; adjustment of fire hydrants; private improvements and coordination; traffic signing and striping 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, United States Fire Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Million Three Hundred Sixty Nine Thousand Seven Hundred Eight Dollars ($1,369,708.00) 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 Aramexx Group, Inc. dba Aramexx Construction Page A-1 Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 17th day of January 2020 Ararnexx Group Inc. dba Aramexx Construction �, , - %,__ ,-. _.. �RG'atDc�►J-S Name of Contractor (Principal) Authorized Sign,4ture/T' le I United States Fire Insurance Company 1� Name of Surety 305 Madison Avenue, Morristown, NJ 07962 Address of Surety (973)490-6600 Telephone Agent Signature Vanessa Copeland, Attorney -in -Fact Print Name and Title Aramexx Group, Inc. dba Aramexx Construction Page A-2 APPROVED AS TO FORM: CITY ATTORNEY'j OFFICE Date: 1 12 11 to e o By:_ (G=• �r (,Aaron C. Harp City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEA TTA CHED Aramexx Group, Inc. dba Aramexx Construction Page A-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of See Attached } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On j ss. 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. (seal) 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) Aramexx Group, Inc. dba Aramexx Construction Page A-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 A notary public or other officer coutpleting 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_W 2 �--) 2 o before me, Natassia Kirk -Smith Notary Public, personally appeared Vanessa Copeland Nmne(s) of Siamcr(s) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/arc subscribed to the within instrument and acknowledged to me that he/slue/they- executed the same in his/her/their authorized capacity(ics), 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. _OMYCOM _—NATASSIA KIRK -SMITH Notary Public - California Orange County Commissionp2253818 m. Expires Aug 12, 2022 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offc{af$$pt. n/ \ "�a Signatuke\ Signature o'CN Public --------------------------------------------------- OPTIONAL ------------------------------------------------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Vanessa Copeland ❑ Individual ❑ Corporate Officer - Title(s): ❑ Partner: ❑Limited ❑ General ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Otlmer: Signer is Representing: __--- Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual — - — ❑ Corporate Officer - Title(s): ❑ Partner: ❑Limited ❑ General ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Rev. 1-15 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOW N, NEW JERSEY 01016 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly orgaizod and existing under (he laws of the state of Delaware, has made, constituted and appoined, and does hereby make, constitute and appoint: Eric Lowey, Mark Richardson, Vanessa Copeland, Kevin Cadicart, Shawn Blume each, its true and lawful Attomey(s}Ito-Fact, with full power and authority hereby conferred in its n ante, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that due ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the sane extern as if such bonds or undertakings had been duly executed aid acknowledged by the regularly elected officers of United States Fin; hnsarrmce Company at its principal office, in amounts or penalties not exceeding: Fifty Million Dollars ($50,000,000). This Power of Attorney limits the act of those panned therein to the bonds and undertakings specifically Limned therein, and they have no authority to bind United States Fire Insurance Company except in die manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on belts If of the Attorneys -In -Fact Limned above and expires on January 31, 2021. 'Ibis Power of Attorney is graved pursuant to Article IV of the By -Laws of United States Fire Insurance Compmny as now in full force and effect, and consistent with Article RI thereof, which Articles provide, in pertinent pat: Article IV, Execution of Innstnmtents - Except as the Board of Directors may authorize by resolution, the Chaimtanh of die Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of One Corporation: (a) to execute, affix die corporate seal manually or by facsimile to, acknowledge, verify mid deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting die foregoing, any bonds, guarantees, undertakings, recoguuzannces, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, un writing, one or more persons for any or all of the purposes mentioned in die preceding paragraph (a), including affixing the seal of due Couporation. Article III, Officers, Section 3. 11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, midertakings, recoguuzances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other nanneroucs instruments similar to one another in forui, may be signed by (lie facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of die Corporation, notwithstanding the fact drat he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed tad attested by its appropriate officer and its corporate seal hereunto affixed this IOW' day of March, 2016. UNITED STATES FIRE INSURANCE COMPANY Anthony R Shniowicz, Executive Vice President Stine of New Jersey} Count,, of Morris J On [his 10i0 day of March 2016, before me, a Notary public of the State or New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instmnncul and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. �J SONIA SCA [,A NOTARY PI IIIL(C OF NEW .JERSEY Sonia Scala (Notary Public) MY CONINI ISSION EXPIRES 3/25/2024 No. 2163656 [, are undersigned officer of United Sates Fire Insmnnce Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing Is it full, true and correct copy is still in force and eftcct and has not been revoked IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United Sates Fire Insurance Company on the t"a day of January 2020 UNITED STATES FIRE INSURANCE COMPANY I'h" C� Peter M. Quinn, Senior Vice President 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 Los Angeles On 3tuuao.- 22 9-020 before me, R. Gallardo Samour, Notary Public (insert name and title of the officer) personally appeared Salim Samour who proved to me on the basis of satisfactory evidence to be the personfajwhose nameXis/are subscribed to the within instrument and acknowledged to me that he/sheA hey executed the same in his/heFAhBif authorized capacitykies} and that by hisiherfiheir signatureXon the instrument the person,W,, or the entity upon behalf of which the personlsfacted, 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. R. CALCAROo SAMOLR Notary P..biic ' Cautornia * 'ed 111111 San 8e•nardino County cofission > 2285846 Signature (Seal) My Conn. Expires May 10. 2023 ' --, L�� Batch 8204350 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page I of 1 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIII[IIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIII NO FEE •$ R 0 0 1 2 2 4 3) 6 4$ 20200006582818:56 am 11116/20 90 RW9A N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Aramexx Group, Inc., Claremont, California, as Contractor, entered into a Contract on January 14, 2020. Said Contract set forth certain improvements, as follows: Concrete Street Pavement Reconstruction - C-7184-2 Work on said Contract was completed, and was found to be acceptable on November 10. 2020, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is United States Fire Insurance Company. BY _T�_ejj) Public Works Director City of Newport Beach P/AVIJlNAiit01zl I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. �t^ Executed on lul%�1� at Newport Beach, California. G` �,�� ►� City Clerk https:Hgs.secure-recording.com/Batch/Confirmation/8204350 11/16/2020 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 Aramexx Group, Inc., Claremont, California, as Contractor, entered into a Contract on January 14, 2020. Said Contract set forth certain improvements, as follows: Concrete Street Pavement Reconstruction - C-7184-2 Work on said Contract was completed, and was found to be acceptable on November 10, 2020, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is United States Fire Insurance Company. BY )J) 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. II ��,,II Executed on �Ul e mma A.zo� at Newport Beach, California. BY A", City Clerk 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 17th day of DECEMBER 2019, at which time such bids shall be opened and read for CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 $1,500,000 Engineer's Estimate Approved by James Illl.`Houlihan uty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: hftp:tlwww.planetbids.com/portal/portal.cfm?CompanylD=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License C/assification(s) required for this project: "A" For further information, call Patricia Kharazmi, Project Manager at (949) 644-3344 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca. gov/government/open-transparent/online-services/bids-rfps- vendor-registration City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER...........................................................................21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 f0: City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope prior to the bid due date/bid opening date) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem ,wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415)703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions. -.of the California Labor Code - including, but not limited to, the requirement to pay prevailing Wage rates (Sections 1770-7981_ inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4.100 at se_q. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act'. 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to S 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 ha n r iewe . 960305 A,B,C-27 --• -President Contractor's License No. & Classification thorized Si ature/Title 1000010179 DIR Registration Number & Expiration Date Aramexx Group Inc Bidder 61 December 17 2019 Date City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Bid Amount Dollars ($ 10.0% of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CONCRETE STREET PAVEMENT RECONSTRUCTION 181121, Contract No. 71842 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 12th day of OQFrNber 2019. Aramexx Group Inc. dba Aramexx Construction \_ Name of Contractor (Principal) *United States Fire Insurance Company of Surety Telephone Avenue, Morristown, NJ 07962 Authorized Signature/Tit "orizedt Signature Vanessa Copeland, Attorney -in -Fact Print Name and Title _ �> (Notary acknowledgment of Principal $ SUretV must be attached) 11 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 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document -- Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) (seal) Thumbprint of Signer ❑ Check here if Capacity(ies) claimed by Signer(s): no thumbprint Trustee or fingerprint Power of Attorney is available. CEO / CFO / COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 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 See Attached ) ss. On , 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared 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) E:3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document. State of California Comity of Orange ) � On [�j i before me, Natassia Kirk -Smith Notary Public, personally appeared Vanessa Copeland Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their- authorized capacity(ies), and that by hisfher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the t laws of the State of Californiathat the foregoing NATASSU KIRK-SMrfH g g 4#5 Notary Public - California paragraph is true and correct. orange County is commission B ""g18 My Comm. Expires Aug 12, 2022 WITNESS my hand and o Signa&A &I;A Signature Public Place Notary Seal Above OPTIONAL Though the the information below is not required by law, it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Vanessa Copeland ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner: ❑Limited ❑ General ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner: ❑Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Rev. 1-15 POWER OF ATTORNEY UNITED STATES IMF INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 01016 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Eric Lowey, Mark Richardson, Vanesa Copeland, Kevin Cathcart, Shawn Blume each, its true and lawful Attomey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Fifty Million Dollars ($50,000,000).This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attomeys-In-Fact named above and expires on January 31, 2021. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insruance Company has caused these presents to be signed and attested by its appropriate officer and its corporatq sealhrreunto affixed this lou' day of March, 2016. UNITED STATES FIRE INSURANCE COMPANY Anthony R. Slimowicz, Executive Vice President Sta{y,o"iNewJ67sey)^. _ County ofnMmTiS .,j Ori this 10'" day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company,.to-me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA 6L, NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES 3/2512024 No. 2163686 I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fre Insurance Company on the 12th day of December , 2019 -- UNITED FIRE INSURANCE COMPANY j� /�ST�LA�TES — Peter M. Quinn, Senior Vice President 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 Los Angeles On Deccon 6ca t'' ?`" before me, R. Gallardo Samour, Notary Public (insert name and title of the officer) personally appeared Salim Samour who proved to me on the basis of satisfactory evidence to be the person�sfwhose nameXis/afe- subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/"'^''nc g4w-4 authorized capacityki@4, and that by hiss, ;eFAhe f signatureXon the instrument the personX,, or the entity upon behalf of which the personJsfacted, 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. GALLARDO SAMOUR Notary Public - California WSan Bernardino County Commission = 2285846 r City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. Aramexx Group Inc^� _ -President Bidder �— Authorize gnature/Title 9 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 Los Angeles On +aea «Zoll before me, R. Gallardo Samour, Notary Public (insert name and title of the officer) personally appeared Salim Samour , who proved to me on the basis of satisfactory evidence to be the persorXwhose nameXishwe subscribed to the within instrument and acknowledged to me that he/eheAhey executed the same in his/ker/theiF authorized capacitY444, and that by his/ F'{HeNtheir signatureXon the instrument the personX,, or the entity upon behalf of which the person�ajacted, 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. ROALLARDO SAMOUR Notary Public - California sro.' San Bernardino County Commission. 2285846 Signature ��� (Seal) My Comm. Ezpires May 10.2023 . City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. Bidder's Name Aramexx Group Inc 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. 7 Project Name/Number B St. Station -Senior Center Outdoor Recreation No.19-427 Project Description Site Improvements for Senior Center:Landscape & Structures Approximate Construction Dates: From 9-30-19 Agency Name City of Murrieta Contact Person Brian Tuschhoff To: TBD Telephone ( 95)1461-6115 Original Contract Amount $84s, s.. Final Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A 10 No. 2 Project Name/Number Paramount Blvd Landscaping & Drainage Project Description Demolition, Landscape, Irrigation, Drainage Approximate Construction Dates: From 5-28-19 Agency Name City of Lakewood Contact Person Konya Vivanti lE Telephone ( 56)-866-9771 2,099,255 Original Contract Amount $ Final Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A No. 3 Project Name/Number City Entry Sign La Palma Valley View and Dale Ave Project Description Monument Sign & Landscaping Approximate Construction Dates: From 8-5-19 Agency Name City of Buena Park Contact Person Ken Kim Tn- 11-1-19 Telephone (71f-562-3688 Original Contract Amount g292,550 Final Contract Amount $ 292,550 If final amount is different from original, please explain (change orders, extra work, etc.) No Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 11 No. 4 Project Name/Number Beach Blvd Median Improvements No. 612 Project Description Median Work, Landscaping, Irrigation, Concrete, Approximate Construction Dates: From 10-07-19 To: TBD Agency Name City of Buena Park Contact Person Annie Singhal Telephone ( 7 1 4 ) 562-3691 Original Contract Amount $641, 321.5Pinal Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A No. 5 Project Name/Number 08-1C1604 Caltrans Rock Blanket Moreno Valley Project Description Rock Blanket, Asphalt, Concrete, Grading Approximate Construction Dates: From 10-16-18 To: 4-12-19 Agency Name Department of Transportation Caltrans Contact Person Jim Brands Telephone (951)-830-6794 Original Contract Amount $ 1,521,99 Final Contract Amount $ 1, 545, 448 If final amount is different from original, please explain (change orders, extra work, etc.) No Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 12 Fence No. 6 Project Name/Number Construction of Raised Median Island along Hospitality Ln Project Description Demolition, Concrete, Approximate Construction Dates: From 5-06-19 Agency Name City of San Bernardino Contact Person Mahmoud Khodr 09-02-19 Telephone (909) 384-7251 Original Contract Amount $424,450FinalContract Amount$ 424,450 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No Attach additional sheets if necessary. "Please see attached" 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. Aramexx Group Inc -President -President Bidder �`- uthorized ature/Title 13 City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 NON -COLLUSION AFFIDAVIT State of California ) ss. County of Orange ) Salim S amour being first duly sworn, deposes and says that he or she is PresicLent of Aramexx Group Inc , 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. of Palifor i t t the foregoing is true and correct. Aramexx Group Inc -- -President c Bidder ' Author d Si /Title Subscribed and sworn to (or affirmed) before me on this 17 day of Decemeber, 2019 by Salim Samour 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. "Please See Attached" [SEAL] IV. Notary Public My Commission Expires: 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 Los Angeles On 'DstefaBWe 20)q before me, R. Gallardo Samour, Notary Public (insert name and title of the officer) personally appeared Salim Samour who proved to me on the basis of satisfactory evidence to be the person,($ jwhose nameXis/afe subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/"^�'O ,authorized capacitykkw+ and that by hisMer t„a:signatureXon the instrument the personX, or the entity upon behalf of which the personf<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. R. GALLARDO SAMOUR v'SeRi al Notary Public - California San Bernardino County _ a` Commission=2285846 Signature �� (Seal) My Corm. Expires May 10. 2023 > City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 DESIGNATION OF SURETIES Bidder's name Aramexx Group Inc 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): Pinnacle Surety 151 Kalmus Dr., Ste -A-201 Costa Mesa CA 92626 714-546-5100 Sµd.w" &Om SLCURIT4 te. T>5 S&L Risk Managementl447 Ford Street. Suite 103 Redlands CA 92374 909-253-7742 J\N LOPtp J1jSu0.AWg-, (6-L1Wa1ke1Lsc",Aeto) 15 City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name ARa> eyx moo? l w_ Record Last Five (5) Full Years Current Year of Record 075.57 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. Ir Current Record Record Record Record Record Year of for for for for for Record 2018 2017 2016 2015 2014 Total 2019 No. of contracts 9 17 11 10 3 - 50 Total dollar Amount of 8,492,384 $3,425,8 4.62 $2,350, 8-5 - $19,060, Contracts (in $3,332,092.95 $1, 458, 8E 9 Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving0 0 0 0 0 0 permanent 0 transfer to another job or termination of employment 075.57 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. Ir Legal Business Name of Bidder Aramexx Group Inc Business Address: 532 west First st.on t 202 Claremont CA 91711 Business Tel. No.: 909-746-8066 State Contractor's License No. and Classification: 960305 A,13,C-27 Title President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the --limitations of those nature of bidder Date -------- Figna- 12-13-19 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. MOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 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 Los Angeles On DECGM'BeR l'l ZOIR before me, R. Gallardo Samour, Notary Public (insert name and title of the officer) personally appeared Salim Samour who proved to me on the basis of satisfactory evidence to be the personxwhose namexis/aree subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/~*#'heir authorized capacitykies} and that by his/heF/their signatureXon the instrument the personX,, or the entity upon behalf of which the personJsjacted, 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. R. cn uaoo s woua /•>' Notary P. Lnn: - Ca:ifornia San Berra Cino County Conmission s 2285846 Signature" -(Seal) MI Corn,. Expires May 10. 2027 City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Aramexx Group Inc The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: W., City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 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: Aramexx Group Inc Business Address: 532 West First St Unit202 Claremont CA 91711 Telephone and Fax Number: 909-591-4569 California State Contractor's License No. and Class: 960305 A, B, C-27 (REQUIRED AT TIME OF AWARD) Original Date Issued: 01-25-11 Expiration Date: 4-30-20 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: Abe Benitez - Chief 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 Salim Samour President 532 West First St. Unit202 9097468066 Claremont 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: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: Aramexx Construction For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; None 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 compliance (Le. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes IS 20 Are any claims or actions unresolved or outstanding? Yes I® If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Aramexx Group Inc 6M1 Salim Samour (Print name of Owner or President of Corpora. n/Company) -President r nat e/Tit e President Title 12-17-19 Date On before me, , Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), orthe 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. "Please see attached" Notary Public in and for said State My Commission Expires: 21 (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 Los Angeles On VecsmP ¢. ( 12019 before me, R. Gallardo Samour, Notary Public (insert name and title of the officer) personally appeared Salim Samour who proved to me on the basis of satisfactory evidence to be the person.(ewhose nameXis/afe- subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/he�'4he;rauthorized capacity(l , and that by hisihe;n„an signatureXon the instrument the personJs'j, or the entity upon behalf of which the personJsfacted, 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 R. GALLARDO SAMOUR Notary P.;blic - Ca;ifornia Oro: y15 San BernarCino County _ TY,_ Commission "0='''46 (Seal) My Comm. Expires May 10.2023 532 W. First St. #202 Claremont, CA 91711 City of Lake Forest Raised Median Improvements and Repairs— Aug. 2019 — 25550 Commercentre Drive Traffic control, construct median curb, install Sept. 2019 Suite 100 stamped PCC median paving, install aggregate Lake Forest, CA 92630 PCC median paving, install concrete Taylor Abernathy cobblestone median paving bedding, removals, 949-461-3490 signing and striping. Contract Amount $220,955.00 City of Buena Park Beach Blvd. Median Improvements from La Aug. 2019 — 6650 Beach Blvd. Palma Ave to Crescent Ave — Hardscape demo., Oct. 2019 Buena Park, CA 90622 irrigation, grading, planting, fencing. Annie Singhal 714-562-3691 Contract Amount $641,321.50 asinghal@buenapark.com City of Buena Park City Entry Sign La Palma Valley View and Dale— Aug. 2019 — 6650 Beach Blvd. Electrical, grading, planting, irrigation, sign Nov. 2019 Buena Park, CA 90622 monument columns and footings, installation Ken Kim of entry sign, traffic control. 714-562-3688 kkim@buenapark.com Contract Amount $292,550.00 City of Lakewood Paramount Blvd Landscaping and Drainage— May 2019 — 50505 Clark Avenue Excavation, remove and replace cub, adjust Sept. 2019 Lakewood, CA 90712 water meter box lid to grade, remove and Konya Vivanti construct curb opening, sump drain, 562-866-9771 ext. 2507 cobblestone paving, install decorative boulder, Kvivanti@lakewoodcity.org planting, irrigation, boring. Contract Amount $2,099,255.00 City of Brea Arovista Park Slope Improvements — May 2019 — 1 Civic Center Circle Tree/stump removal, excavation, pipe and July 2019 Brea, CA 92821 board, irrigation, planting. Raymond Contreras 714-990-7763 RaymondC@citvofbrea.net Contract Amount $166,850.00 City of San Bernardino Construction of a Raised Median Island along May 2019 — 201 North "E" Street, 2nd Floor Hospitality Lane, Between "E" Street and Sept. 2019 San Bernardino, CA 92401 Waterman Avenue —Traffic control, adjust Mahmoud Khodr manhole to grade, grouted river rock in 909-384-7251 median, construct median break, replace loop Khodr ma@sbcity.org detectors, signing and striping, construct curb, _A04k. 532 W. First St. #202 Claremont, CA 91711 construct crushed base. Contract Amount $424,450.00 City of Lake Forest Ridge Route Landscaping Improvements— Feb. 2019- 25550 Commercentre Drive PCC sidewalk removal, construct PCC sidewalk, June 2019 Suite 100 asphalt concrete roadway patch, PSS barrier Lake Forest, CA 92630 curb, hardscape, planting, irrigation. Taylor Abernathy 949-461-3490 Contract Amount $98,000.00 CALTRANS O8 -1C1604 — Moreno valley - Traffic control, Oct. 2018 — District 8 excavation, shoulder backing, clearing, rock July 2019 1727 30`h St. blanket, irrigation, gravel mulch, wood mulch, Sacramento, CA 95816 asphalt, minor concrete, cable railing,modify Jim Brands electrical system. 951-830-6794 Contract Amount $1,521,491.00 Jim.Brands@dot.ca.gov City of Irvine Streetscape Rehabilitation — Sept. 2018 6427 Oak Canyon Traffic control, grading, planting, irrigation, —July 2019 Irvine, CA 92618 install valve box, concrete header, boring, Eric Gruber trench and backfill. 949-724-6689 Contract Amount $893,833.25 Bravepark Property, LLC Sycamore Hills Development — Dec. 2017 — 516 N. West Street Landscape, irrigation, hardscape for new Aug. 2019 Raleigh, NC 27603 community. Ulrich Sauerbrey 760-610-9410 Contract Amount $1,377,816.00 ulrich@uslandlink.com City of Santa Ana Jerome Center Landscape Drainage — Feb. 2019 — 20 Civic Center Planting, PCC walkway, precast concrete, April 2019 Santa Ana, CA 92701 irrigation. Michael Ortiz 714-615-0892 Contract Amount $83,155.00 MOrtiz@santa-ana.org City of Rialto Renaissance Parkway Landscaping Dec. 2018- 290 W. Rialto Ave. Improvement— April 2019 Rialto, CA 92376 Irrigation, planting, DG, installation of river Kavous Emami cobble with mortar and boulders. 909-628-6234 kvaouse@kecengineers.com Contract Amount $315,637.00 532 W. First St. #202 Claremont, CA 91711 City of Diamond Bar City Entry Monuments — Aug. 2018 — 21810 Copley Drive Grading, irrigation, planting, electrical. Dec. 2018 Diamond Bar, CA 91765 Carl Sutherland Contract Amount $492,265.00 714-560-8680 csutherland@tait.com RSCCD Facility Planning Water Conservation Irrigation Controller Dec. 2018 — 2323 North Broadway Upgrade Dec. 2018 Suite 112 Phase 2. - Santa Ana, CA92706 Investigate existing irrigation, install upgraded irrigation. Contract Amount $34,290.00 City of Laguna Beach Laguna Canyon Frontage Road Improvements— Dec. 2018- 479 Ocean Avenue Clear and grub, grading, irrigation, planting. Jan. 2019 Laguna Beach, CA 92651 Tri Nguyen Contract Amount $43,595.90 949-497-0741 tnguyen@lagunabtqLhCjty.net County of Orange Yorba Regional ADA Improvements—Construct Sept. 2018 OC Public Works PCC walkways and picnic table pads, DG — Nov. 2018 300 N. Flower Street paving, P.T.D.F header, detectable warning Santa Ana, CA 92703 systems, site furnishings, concrete transition Nicholas Murray patch, hydroblasting, concrete demo. 714-667-8800 Contract Amount $130,630.00 City of Brea Brea Sports Park Landscape Improvements— Sept. 2018 One Civic Center Circle Clear and grub, irrigation, planting, grading. — Oct. 2018 Brea, CA 92821 Bill Bowlus Contract Amount $108,256.00 714-990-7694 billb@citvofbrea.net City of Claremont Bollard Footing Installation Project—Saw Sept. 2018 207 Harvard Avenue cutting asphalt, replacing asphalt sections with —Oct. 2018 Claremont, CA 91711 removable concrete bollards. Enrique Villalobos 909-399-5479 Contract Amount $46,080.00 evillalobos@ci.claremont.ca.us City of Buena Park City Entry Sign on Beach Boulevard at the July 2018 — 6650 Beach Boulevard South City Limit— Clear and grub, sawcut and Sept. 2018 Buena Park, CA 90622 remove curb and gutter, electrical system; Ken Kim pedestal with meter, lighting, conduit, 714-562-3688 conductors, trenching, directional boring, 8" 532 W. First St. #202 Claremont, CA 91711 kkim@buenapark.com curb and gutter, curb and gutter transition, AC slot patch, remove and reconstruct concrete sidewalk, grading, planting, irrigation, sign monument, traffic control. Contract Amount $159,407.00 RSCCD Facility Planning Water Conservation Irrigation Controller May 2018- 2323 North Broadway Upgrade- Investigate existing irrigation, install June 2018 Suite 112 upgraded irrigation. Santa Ana, CA92706 Contract Amount $126,200.00 City of Ontario Trail and Concrete Mow Strip Installation — DG, Jan. 2018 — Park and Maintenance Dept concrete mow curb, grading, planting. April 2018 1425 South Bon View Avenue Ontario, CA 91761 Contract Amount $40,764.00 Adrian Escamilla 909-395-2635 City of Tustin EI Camino Real /Jamboree Road Median Jan. 2018- 300 Centennial Way Modifications and Striping Revisions—Traffic Feb. 2018 Tustin, CA 92780 control, excavation, construct median curb, Krys Saldivar construct PCC mow strip, pavers, AC roadway 714-573-3172 section, type E traffic loops. ksaldivar@tustinca.org Contract Amount $112,955.00 City of Bellflower SR -91 Eastbound On and Off Ramp at Jan. 2018- 16600 Civic Center Drive Bellflower Phase 2 Landscape Improvements— March 2018 Bellflower, CA 90706 traffic control, irrigation, planting. Philip Wang 562-804-1424 ext. 2254 Contract Amount $260,051.50 PWanR@ bellflower.ore City of Orange Katella Avenue Sidewalk Improvements — Dec. 2017 — 300 W. Chapman Avenue clearing and grubbing, traffic control, Jan. 2018 Orange, CA 92866-1591 excavation, construct concrete sidewalk, Randy Nguyen grading, mow curb removal and restoration, 714-744-5531 landscape, irrigation, construct retaining curb, rnguyen@citvogorange.org construct commercial driveway, construct sidewalk, full depth AC, relocate backflow, adjust valve box and water meter to grade. Contract Amount $199,884.00 City of Santa Ana Edinger Avenue Landscape Improvements Dec. 2017 — Public Works Agency Willits -Sullivan Community Beautification — Feb. 2018 20 Civic Center Plaza Landscaping and irrigation on multiple streets Santa Ana, CA 92701 in the city. Victor So Contract Amount $64,950.00 ApAn 532 W. First St. #202 Claremont, CA 91711 714-647-5076 vso@santa-an� City of Pasadena East Arroyo Neighborhood Connector Trail Jan. 2018 — Dept of Public Works Improvements at Central Arroyo—Asphalt Feb. 2018 100 North Garfield Avenue wearing course, planting, site furnishings, Pasadena, CA 91109 hardscape, construct swale, stone wall. Kris Markarian Contract Amount $136.647.00 Cahuilla Indian Reservation Softball Field and Access Road—Grading, turf March 2017 Anza, Riverside County, CA installation, irrigation, fencing, site furnishings. — May 2017 Angela Medrano Contract Amount $729,940.45 951-763-5549 angelammedrano@yahoo.com City of Claremont Pooch Park Renovations — Irrigation, DG, site July 2017 — 207 Harvard Avenue furnishings, CMU Wall, landscaping, install Dec. 2017 Claremont, CA 91711 detention system. Can Dillman 909-399-5431 csneed@ci.claremont.ca.us City of Laguna Niguel Pacific Island Drive Palm Tree Irrigation — March 2017 30111 Crown Valley Parkway concrete, boring, landscape, irrigation. —April 2017 Laguna Niguel, CA 92677 Jerry Sollom 949-362-4349 isollom@cityoflaguna � City of Claremont College Park Lighting— install new lighting Dec. 2017 — 207 Harvard Avenue system. Dec. 2017 Claremont, CA 91711 Dave Rogers 909-399-5431 Accord Interests, LLC HD Supply Repairs—parking lot renovations. Dec. 2017- 11719 Bee Cave Road Dec. 2017 Suite 301 Austin, TX 78738 Tom Santaniello 512-600-1880 tas@accordinterests.com RSCCD Facility Planning Irrigation Controller Upgrades - Investigate March 2017 2323 North Broadway existing irrigation, install upgraded irrigation. —Sept. Suite 112 2017 Santa Ana, CA92706 532 W. First St. #202 Claremont, CA 91711 Joe Melendez 714-480-7531 Melendez ioe@rsccd.edu CALTRANS 08-OR4804 Vegetation Control – Construction Dec. 2016 – 172730`" Street on state highway in San Bernardino County, in July 2017 Sacramento, CA 95816 Ontario on route 10 from 0.2 mile East of Dave Benson Vineyard Ave. overcrossing to 0.1 mile East of 951-232-6478 Miliken Ave. and in Chino on route 60 from 0.2 David.benson@dot.ca.gov mile West of Mountain Ave. undercrossing to Euclid Ave. undercrossing. CALTRANS 08-OR5404 Rock Blanket – Construction on Sept. 2016 1727 30th Street state highway in San Bernardino County in –Jan. 2017 Sacramento, CA 95816 Hesperia and Victorville from 0.2 mile North of Dave Benson Joshua Street overcrossing 0.2 mile North of 951-232-6478 Mojave Drive overcrossing. David.benson@dot.ca.gov City of La Habra La Habra Heights Park Irrigation System June 2016- 1425 N. Hacienda Road Upgrade– Upgrade of existing irrigation August La Habra Heights, CA 90631 system. Installation of new controller, new 2016 Lori Askew remote control valves, new sprinkler heads, lake)—AI itv. Tg mainline and lateral piping. Morongo Board of Mission Morongo Roundabouts Landscape Oct. 2015 – Indians Improvements – Installation of new California Dec. 2016 12700 Pumarra Road native landscape and irrigation, electrical Banning, CA 92220 lighting, underground boring, service Karen Woodard pedestals, concrete hardscape, cobble paving, 951-755-5124 fence, and grading. kwoodard@ morongo-nsn.aov City of Anaheim Little Peoples Park Remodel and Improvements Oct. 2015 – 200 S. Anaheim Boulevard – Demolition of existing concrete walk paths Feb. 2016 Anaheim, CA 92805 and landscape, irrigation, new wrought iron Blair Fickett fence, natural stone pilasters, brick pavers, 714-765-5166 drinking fountains, lighting, site furnishings. Bfickett@anaheim.net City of Claremont College Park Landscape and Irrigation Oct. 2015 – 207 Harvard Avenue Improvements – Baseball field renovations, Jan. 2016 Claremont, CA 91711 irrigation, DG mulch, DG trails, concrete Kristin Mikula walkways, mow curbs and running track. 909-399-5460 kmikula@ci.claremont.ca.us Metro North Hollywood Sustainable Parking April 2015 – "nauatoMa�bieln 532 W. First St. #202 Claremont, CA 91711 1 Gateway Plaza Demonstration Project— Construction of Sept. 2015 Los Angeles, CA 90012 temporary parking lot and multi -use trail, Awny Malek heavy grading and export, compaction, laser 213-922-6268 grading, landscape and irrigation. TemPark malaka@metro.net installation, drive approaches, fencing, utility coordination and installation. City of Fontana Foothill Blvd. Median Landscape from Cherry March 2014 8353 Sierra Ave Ave to Hemlock Ave— Median work, removal —Aug. 2015 Fontana, CA 92335 and export of soil, grading, boring, irrigation, Christopher Smethurst electrical service pedestals, cobble paving, 909-350-6649 palm tree planting, natural cobble swales. City of Menifee Newport Road Widening— Median work, Oct. 2014- 29714 Haun Road removal and export of soil, grading, boring, Jan. 2015 Menifee, CA 92586 irrigation, cobble. Carlos Geronimo 951-639-1368 cgeronimo(@cityofmenifee.us Chaffey School District Ontario High School Quad Modernization — Aug. 2014- 901 West Francis St. Installation of 6" mainline, irrigation, Dec. 2014 Ontario, CA 91762 landscaping. 909-460-5886 City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 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 Ratino Guide: Property -Casual. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 CONCRETE STREET PAVEMENT RECONSTRUCTION CONTRACT NO. 7184-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 14th day of January, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ARAMEXX GROUP, INC. a California corporation, doing business as ("DBA") ARAMEXX CONSTRUCTION ("Contractor"), whose address is 532 W First Street, Unit 202, Claremont, CA 91711, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of, but is not limited to, two (2) mobilizations and demobilizations; traffic control implementation; construction surveying and staking; utility company coordination and utility verification; dewatering; removal and construction of concrete pavement, PCC driveway approaches, PCC alley approaches, PCC cross gutter spandrels, PCC curb ramps with truncated domes, PCC curb, PCC sidewalk, PVC under sidewalk drains; storm drain improvements consisting of 12" PVC pipe, catch basins, junction structures, and cleanouts; removal of existing trees, installation of new trees, parkway landscape planting and irrigation improvements; utility relocations and adjustments; streetlight pole adjustment including removal and reconstruction of streetlight foundation; adjustment of fire hydrants; private improvements and coordination; traffic signing and striping 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. 7184-2, 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 One Million Three Hundred Sixty Nine Thousand Seven Hundred Eight Dollars and 001100 ($1,3599708.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Salim Samour 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 Aramexx Group, Inc. dba Aramexx Construction 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: Aramexx Group, Inc. dba Aramexx Construction Page 3 Attention: Salim Samour, President Aramexx Group, Inc. dba Aramexx Construction 532 W First St., Unit 202 Claremont, CA 91711 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. Aramexx Group, Inc. dba Aramexx Construction 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 IMAGES 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 Aramexx Group, Inc. dba Aramexx Construction 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. Aramexx Group, Inc. dba Aramexx Construction Page 6 Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et 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 Aramexx Group, Inc. dba Aramexx Construction Page 7 cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. 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. Aramexx Group, Inc. dba Aramexx Construction Page 8 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Aramexx Group, Inc. dba Aramexx Construction Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: i I '15 L11070 By: IFO,e;Aaron C. Harp ,yo City Attorney 00� ATTEST: yy�� Date: 'g•jo go By: A44d, Leilani I. Brown City Clerk Attachments: Exhibit A Exhibit B Exhibit C CITY OF NEWPORT BEACH, a California municipal corporation Date: ©341/7cLo By: Will O'Neill Mayor CONTRACTOR: ARAMEXX GROUP, INC. a California corporation, doing business as ("DBA") ARAMEXX CONSTRUCTION Date: By: Signed in Counterpart Salim Salvador Samour Chief Executive Officer/Secretary [END OF SIGNATURES] Labor and Materials Payment Bond Faithful Performance Bond Insurance Requirements Aramexx Group, Inc. dba Aramexx Construction 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 ATTO74EY'S OFFICE Date:Zr. By: aYX---1 ;Aaron C. Harp do City Attorney�- ATTEST: Date: Al Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Will O'Neill Mayor CONTRACTOR: ARAMEXX GROUP, INC. a California corporation, doing business as ("DBA") ARAMEXX CONSTRUCTION Date: By: `" Salim vad amour Chief xecutiv Officer/Secretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Aramexx Group, Inc. dba Aramexx Construction Page 10 Executed in Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND No. 613-100614-5 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to ARAMEXX GROUP, INC. a California corporation, doing business as ("DBA") ARAMEXX CONSTRUCTION hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of, but is not limited to, two (2) mobilizations and demobilizations; traffic control implementation; construction surveying and staking; utility company coordination and utility verification; dewatering; removal and construction of concrete pavement, PCC driveway approaches, PCC alley approaches, PCC cross gutter spandrels, PCC curb ramps with truncated domes, PCC curb, PCC sidewalk, PVC under sidewalk drains; storm drain improvements consisting of 12" PVC pipe, catch basins, junction structures, and cleanouts; removal of existing trees, installation of new trees, parkway landscape planting and irrigation improvements; utility relocations and adjustments; streetlight pole adjustment including removal and reconstruction of streetlight foundation; adjustment of fire hydrants; private improvements and coordination; traffic signing and striping 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, United States Fire Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Million Three Hundred Sixty Nine Thousand Seven Hundred Eight Dollars ($1,369,708.00) 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 Aramexx Group, Inc. dba Aramexx Construction Page A-1 Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 17th day of January '2020 ArarWi Group Inc. dba Aramexx Construction _ -Narrie of Contractor (Principal) United States Fire Insurance Company Name of Surety 305 Madison Avenue, Morristown, NJ 07962 Address of Surety (973)490-6600 Telephone — r'9'; -5)D91 -'T Authorized Authori d Agent Signature Vanessa Copeland, Attorney -in -Fact - `- - - Print Name and Title Aramexx Group, Inc. dba Aramexx Construction Page A-2 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: I 0ZO By. a po rfAaron C. Harp City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Aramexx Group, Inc. dba Aramexx Construction Page A-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of See Attached } SS. On , 20 before me, , Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) SS. On , 20 before me, , Notary Public, personally appeared , proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 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) Aramexx Group, Inc. dba Aramexx Construction Page A-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On—I 11:7 J^ 71^L0 7Z before me, Natassia Kirk -Smith Notary Public, personally appeared Vanessa Copeland Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/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. NATASSIA KIRK•SMRN Q�Pt Notary Public • California Orange County ' Commission p 2253818 My Comm. Expires Aug 12, 2022 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and officikokn e Signa e: Signature ololffyPublic -- —------- OPTIONAL _�—_��------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Signer(s) Other Than Named Above:, Capacity(ies) Claimed by Signer(s) Signer's Name: Vanessa Copeland ❑ Individual ❑ Corporate Officer - Title(s): ❑ Partner: ❑Limited ❑ General ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer -Title(s): ❑ Partner: ❑Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Rev. 1-15 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 01016 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Eric Lowey, Mark Richardson, Vanessa Copeland, Kevin Cathcart, Shawn Blume each, its true and lawful Attomey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Fifty Million Dollars (550,000,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attomeys-In-Fact named above and expires on January 31, 2021. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, wluich Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements-, (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corpomte.se4 hereunto affixed this 101' day of March, 2016. • _ - UNITED STATES FIRE INSURANCE COMPANY - = - Anthony R- Slimowicz, Executive Vice President We of N' etv Jersey) County. of Merris } Dn this 1 Om day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Coiuigany, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA lea_a, NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COM USSION EXPIRES M-942024 No. 2163686 I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the.iof-- omg isar full, true and correct copy is still in force and effect and has not been revoked r IF�1b�ffNESS. WWF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the »a, day e3_January. --2a UNITED STATES FIRE INSURANCE COMPANY = - - - Peter M. Quinn, Senior Vice President 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 Los Angeles On Nuns 22 ZOZo before me, R. Gallardo Samour, Notary Public (insert name and title of the officer) personally appeared Salim Samour who proved to me on the basis of satisfactory evidence to be the personXwhose nameXis/afe subscribed to the within instrument and acknowledged to me that heEsheAhey executed the same in his/her- -i 4authorized capacity{i , and that by hWheFAhei1: signatureXon the instrument the personX, or the entity upon behalf of which the person�a'racted, executed the instrument. 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. ,.�. y R. GALLARDO SAMOUR �' #; Nota rY Pubtic - Ca=ifornia San Bemardino County Z Co r^.i55ion a s fELL ` �" 2285846 My Co—m. Expires May 10. 2023 Signature (Seal) PREMIUM IS FOR THE Executed in Duplicate CONTRACT TERM AND IS EXHIBIT B SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO. 613-100614-5 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ $18,589.00 , being at the rate of $ 18.75* thousand of the Contract price. *per thousand for the first $100k. $18.13 per thousand for the next $400k. $10.88 per thousand for the noxt $2 million. $8.63 per thousand for the next $2.5 million. $7.88 per thousand for the next $2.5 million. and $7.20 per thousand thereafter WHEREAS, the City of Newport Beach, State of California, has awarded to ARAMEXX GROUP, INC. a California corporation, doing business as ("DBA") ARAMEXX CONSTRUCTION hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of, but is not limited to, two (2) mobilizations and demobilizations; traffic control implementation; construction surveying and staking; utility company coordination and utility verification; dewatering; removal and construction of concrete pavement, PCC driveway approaches, PCC alley approaches, PCC cross gutter spandrels, PCC curb ramps with truncated domes, PCC curb, PCC sidewalk, PVC under sidewalk drains; storm drain improvements consisting of 12" PVC pipe, catch basins, junction structures, and cleanouts; removal of existing trees, installation of new trees, parkway landscape planting and irrigation improvements; utility relocations and adjustments; streetlight pole adjustment including removal and reconstruction of streetlight foundation; adjustment of fire hydrants; private improvements and coordination; traffic signing and striping 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 United States Fire Insurance Company ,duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million Three Hundred Sixty Nine Thousand Seven Hundred Eight Dollars ($1,369,708.00) 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, Aramexx Group, Inc. dba Aramexx Construction Page B-1 as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 17th day of Januprq� p 20_. Aramexx Group Inc. dba Aramexx Construction Name of Contractor (Principal) United States Fire Insurance Company Name of Surety 305 Madison Avenue, Morristown, NJ 07962 Address of Surety (973)490-6600 Telephone Authorized Signature Vanessa Copeland, Attorney -in -Fact _ Print Name and Title IDEWT Aramexx Group, Inc. dba Aramexx Construction Page B-2 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 1 / Z W�2 2-o By: roe ;Aaron C. Harp City Attorney !VOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Aramexx Group, Inc. dba Aramexx Construction Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of See Attached SS. On , 20 before me, , Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SS. On , 20 before me, , Notary Public, personally appeared , proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Aramexx Group, Inc. dba Aramexx Construction Page B-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange 7 ) On X U I 2�0 before me, Natassia Kirk -Smith Notary Public, personally appeared Vanessa Copeland Name(s) of Signers) 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 11is/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. HATASSIA KIRK -SMITH Notary Public • California it Orange County r: Commission A 2253818 VMY Comm. Expires Aug 12, 2022 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official.- Signatu e: iepature of Public OPTIONAL ------ - ---- Though the information below is not required by law, it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Vanessa Copeland ❑ Individual ❑ Corporate Officer - Title(s): ❑ Partner: ❑Limited ❑ General ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer - Title(s): ❑ Partner: ❑Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Rev. 1-15 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 01016 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Eric Lowey, Mark Richardson, Vanessa Copeland, Kevin Cathcart, Shawn Blume each, its true and lawful Attomey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Fifty Million Dollars ($50,000,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attomeys-In-Fact named above and expires on January 31, 2021. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its coirprate'senkltereunto affixed this 101' day of March, 2016. UNITED STATES FIRE INSURANCE COMPANY - Anthony R. Slimowicz, Executive Vice President State -of NewJeisey) - County of Morris On this I Okday of -March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA aQ NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMNUSSION EXPIRES 3/25/2024 No. 2163686 I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is-a•full, true and correct copy is still in force and effect and has not been revoked. INVVITNESS WOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the "t' day _sfjanuary = = UNITED STATES FIRE INSURANCE COMPANY Peter M. Quinn, Senior Vice President 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 Los Angeles On *uv before me, R. Gallardo Samour, Notary Public (insert name and title of the officer) personally appeared Salim Samour who proved to me on the basis of satisfactory evidence to be the personSOwhose nameXis/ae subscribed to the within instrument and acknowledged to me that he/eheAhey executed the same in his/heMheif authorized capacity{i , and that by hiss heFAhe-iF signatureXon the instrument the personX,, or the entity upon behalf of which the personSoacted, 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. R. GALLARDO SAMOUR Notary Pt.biic - Caiifomia j San Bernardino County Commission ? 2285846 13 My Cor--. Expires May 10. 202 Signature (Seal) y 3 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 Aramexx Group, Inc. dba Aramexx Construction 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. tion. 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 Aramexx Group, Inc. dba Aramexx Construction 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 tem- 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 Aramexx Group, Inc. dba Aramexx Construction 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. I. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. 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. Aramexx Group, Inc. dba Aramexx Construction 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. Aramexx Group, Inc. dba Aramexx Construction Page C-5 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 1/30/2020 Department: Public Works Dept./Contact Received From: Raymund Reyes Sent to: Marissa By: Raymund Company/Person required to have certificate: Type of contract I. Arameoc Construction II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 22DI2019-212012020 A. INSURANCE COMPANY: American Fin: and Casualty Company NAI0#24066 B. AM BEST RATING (A-: VII or greater) A: XV C. ADMITTED COMPANY (Must be Cal'dornia Admitted): Is Company admitted in California? D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1M E. PRIMARY & NON-CONTRIBUTORY WORDING ENDORSEMENT -please attach F. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A G. ADDITIONAL INSURED ENDORSEMENT — please attach H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers. officials, employees and volunteers): Is it included? 1. SIGNED AUTOMOBILE INSURANCE EXEMPTION FORM: ❑ Yes ❑ No 0 Yes ❑ No []Yes Q No ❑✓ Yes ❑ No Yes ❑ No [Z]N/A []Yes ❑ No Public Works and Construction Agreement GENERAL LIABILITY EFF ECTIVE/EXPIRATION DATE: 12/2212019-12/2212020 A. INSURANCE COMPANY: Colony Insurance Company NAIC #39593 B. AM BEST RATING (A-: VII or greater): A: AV C. ADMITTED Company (Must be CaCfomia Admitted): Is Company admitted in California? []Yes Q No D. LIMITS (Must be $1 M or greater): What is limit provided? $2M occur / $2M ag9 E. ADDITIONAL INSURED ENDORSEMENT — please attach Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included?✓❑ Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING (Must be FZ] Yes ❑ No included): Is it included? H. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ❑ N/A D Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 22DI2019-212012020 A. INSURANCE COMPANY: American Fin: and Casualty Company NAI0#24066 B. AM BEST RATING (A-: VII or greater) A: XV C. ADMITTED COMPANY (Must be Cal'dornia Admitted): Is Company admitted in California? D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1M E. PRIMARY & NON-CONTRIBUTORY WORDING ENDORSEMENT -please attach F. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A G. ADDITIONAL INSURED ENDORSEMENT — please attach H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers. officials, employees and volunteers): Is it included? 1. SIGNED AUTOMOBILE INSURANCE EXEMPTION FORM: ❑ Yes ❑ No 0 Yes ❑ No []Yes Q No ❑✓ Yes ❑ No Yes ❑ No [Z]N/A []Yes ❑ No WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 12/22/2019-12/22/2020 A. INSURANCE COMPANY: Insurance Company of the West NAIL#27847 B. AM BEST RATING (A-: VII or greater): A: XIII C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ADDITIONAL COVERAGES THAT MAYBE REQUIRED ❑✓ Yes ❑ No ✓❑ Yes ❑ No S1M ❑✓ Yes ❑ No 0 N/A ❑ Yes ❑ No ❑ PROFESSIONAL LIABILITY EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: ❑ POLLUTION LIABILITY EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: ❑ BUILDER'S RISK EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: EFFECTIVE/EXPIRATION DATE: A. INSURANCE COMPANY: NOTEWCOMMENTS: GL non -admitted carrier approved as surplus lines carrier Approved: E Risk Management 2/7/2020 Date City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 Contract No. 7184-2 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. 7184-2 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: 12-17-19 Date 909-746-8066 909-591-4569 Bidder's Telephone and Fax Numbers 960305 A,B,C-27 Bidder's License No(s). and Classification (s) 1000010179 DIR Registration Number Aramexx Group Inc 13id�er .. _ -President 1'-Bidd1rr�S-AutSf4zdd Signature and Title 532 West First St. Claremont CA 91711 Bidder's Address Bidder's email address: info@aramexxgroupinc.com PR -1 City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 (C-7184-2), bidding on December 17, 2019 10:00 AM Bid Results Bidder Details Vendor Name Aramexx Construction Address 532 W First St Unit 202 Claremont, CA 91711 United States Respondee Salim Samour Respondee Title President Phone 909-746-8066 Ext. Email info@aramexxgroupinc.com Vendor Type DBE License # 960305 CADIR Bid Detail Bid Format Electronic Submitted December 17, 2019 9:20:32 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 197901 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name Newport Beach Proposal Newport.pdf Bid Bond - Newport Beach E -Bid Bond Newport.pdf Line Items Type Item Code UOM Qty Unit Price C-7184-2 CONCRETE STREET PAVEMENT RECONSTRUCTION 1 1st Mobilization and Demobilization LS 1 $45,000.00 2 2nd Mobilization and Demobilization 3 Traffic Control LS 1 LS 1 4 Clearing and Grubbing LS 1 5 Surveying Services LS 1 PlanetBids, Inc. $40,000.00 $40,000.00 $15,000.00 $12,000.00 Page 1 Printed 12/17/2019 File Type General Attachment Bid Bond Line Total Comment $45,000.00 $40,000.00 $40,000.00 $15,000.00 $12,000.00 City of Newport Beach Page 2 CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 (C-7184-2), bidding on December 17, 2019 10:00 AM Printed 12/17/2019 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 6 Remove Existing Trees EA 15 $700.00 $10,500.00 7 Remove Existing and Construct Concrete Pavement SF 57500 $11.00 $632,500.00 8 Remove Existing and Construct Type "B" PCC Curb LF 960 $20.00 $19,200.00 9 Remove Existing and Construct PCC Access Ramp EA 4 $4,000.00 $16,000.00 10 Remove Existing and Construct New 4 -inch Thick PCC Sidewalk SF 2400 $8.00 $19,200.00 11 Remove Existing and Construct New 8 -inch Thick PCC Sidewalk SF 3700 $12.00 $44,400.00 12 Remove Existing Sidewalk for New Landscape SF 4400 $3.00 $13,200.00 13 Remove and Reconstruct PCC Driveway Approach / Alley Approach SF 650 $16.00 $10,400.00 14 Reconstruct Existing 3 -Inch Through Curb Drain EA 15 $500.00 $7,500.00 15 Furnish and Install New 3 -Inch Sidewalk Drain EA 128 $60.00 $7,680.00 16 Adjust Manhole Frame and Cover to Grade EA 1 $1,000.00 $1,000.00 17 Remove Existing and Install New City Water Valve Box and Cover to Grade EA 9 $700.00 $6,300.00 18 Remove and Install New Street Light Pull Box EA 6 $800.00 $4,800.00 19 Remove and Reinstall Existing Street Light Pole to Finished Grade EA 1 $10,000.00 $10,000.00 20 Remove and Reinstall Existing Fire Hydrant EA 2 $8,000.00 $16,000.00 21 Remove Existing and Install New Water Meter Frame and Cover to Grade EA 1 $700.00 $700.00 PlanetBids, Inc. City of Newport Beach Page 3 CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 (C-7184-2), bidding on December 17, 2019 10:00 AM Printed 12/17/2019 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 22 Remove Existing Grate Inlet EA 5 $600.00 $3,000.00 23 Adjust Existing Grate Inlet to Grade EA 2 $1,300.00 $2,600.00 24 Furnish and Install 12 -Inch PVC Storm Drain (SDR -35), including Concrete Backfill LF 1452 $60.00 $87,120.00 25 Construct Junction Structure No. 1 EA 3 $5,500.00 $16,500.00 26 Construct Storm Drain Cleanout, including Pipe Fittings EA 3 $6,000.00 $18,000.00 27 Construct Curb Inlet type OS, including Local Depression EA 12 $5,000.00 $60,000.00 28 Connect New Storm Drain to Existing Catch Basin EA 3 $2,500.00 $7,500.00 29 Install New Sign on New Post EA 29 $250.00 $7,250.00 30 Install Striping, Pavement Markings, and Repainting Existing Red Curb LS 1 $3,500.00 $3,500.00 31 Import Top Soil, Preparation & Fine Grading LS 1 $25,000.00 $25,000.00 32 Weed Abatement LS 1 $3,000.00 $3,000.00 33 Irrigation System LS 1 $25,000.00 $25,000.00 34 Furnish and Install 36 -Inch Box Tree EA 22 $700.00 $15,400.00 35 Install Deep Watering Root Barrier EA 22 $65.00 $1,430.00 36 Furnish and Install 36 -Inch Box Palm Tree EA 21 $600.00 $12,600.00 37 Furnish and Install Shrub - #1 Container EA 876 $6.00 $5,256.00 PlanetBids, Inc. City of Newport Beach CONCRETE STREET PAVEMENT RECONSTRUCTION 18R21 (C-7184-2), bidding on December 17, 2019 10:00 AM Bid Results Type Item Code UOM Qty Unit Price 38 Furnish and Install Shrub - #3 Container EA 98 $7.00 39 Furnish and Install Shrub - #5 Container EA 167 $22.00 40 Furnish and Install 2 -Inch Thick Layer of Wood Mulch CY 35 $100.00 41 90 -Day Plant Establishment and Maintenance Period LS 1 $2,000.00 42 Provide As -Built Plans LS 1 $5,000.00 43 Allowance for Private Property Improvements LS 1 $50,000.00 44 Remove and Construct 4 -Inch Thick PCC Pavement within Private Property SF 1289 $8.00 45 Early Completion Incentive LS 1 $30,000.00 Subcontractors Name & Address DB Electric Inc. 7056 Archibald Ave. Eastvale, CA 92880 United States Description License Num Street Light Item: 19 1010474 PlanetBids, Inc. Subtotal Total CADIR 1000046972 Page 4 Printed 12/17/2019 Line Total Comment $686.00 $3,674.00 $3,500.00 $2,000.00 $5,000.00 $50,000.00 $10,312.00 $30,000.00 $1,369,708.00 $1,369,708.00 Amount Type $9,800.00 DGS,DVBE,DBE,MB E,CADIR,VSBE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CONCRETE STREET PAVEMENT RECONSTRUCTION PROJECT NO. 18R21 CONTRACT NO. 7184-2 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 2-5.5 Examination of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 2 2 2 2 2 2 3 3 3 4 4 4 4 4 5 5 5 5 5 5 5 6 6 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 7 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 7 6-1.1 Construction Schedule 7 6-7 TIME OF COMPLETION 7 6-7.1 General 7 6-7.5 Sequence of Construction 8 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 9 6-9 LIQUIDATED DAMAGES 9 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 10 7-2.2 Prevailing Wages 10 7-7 COOPERATION AND COLLATERAL WORK 10 7-8 WORK SITE MAINTENANCE 10 7-8.4 Storage of Equipment and Materials 10 7-8.4.2 Storage in Public Streets 10 7-8.6 Water Pollution Control 11 7-8.6.2 Best Management Practices (BMPs) 11 7-8.6.4 Dewatering 11 7-10 SAFETY 11 7-10.3 Haul Routes 11 7-10.4 Safety 11 7-10.4.1 Work Site Safety 11 7-10.5 Security and Protective Devices 12 7-10.5.3 Steel Plate Covers 12 SECTION 9 - MEASUREMENT AND PAYMENT 12 9-2 LUMP SUM WORK 12 9-3 PAYMENT 12 9-3.1 General 12 9-3.2 Partial and Final Payment. 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 21 203-6 ASPHALT CONCRETE 21 203-6.5 Type III Asphalt Concrete Mixtures 21 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 22 SECTION 217 — BEDDING AND BACKFILL MATERIALS 22 217-1 BEDDING MATERIAL 22 217-1.1 General 22 217-2 TRENCH BACKFILL 22 217-1.1 General 22 SECTION 218 — DETECTABLE WARNING SURFACE 22 218-1 General. 22 I7�►a���d►�l���a�l��[�1►�I� �I��C[d►� •%i SECTION 300 - EARTHWORK 22 300-1 CLEARING AND GRUBBING 22 300-1.1 General. 23 300-1.2 Preservation of Property. 23 300-1.3 Removal and Disposal of Materials 24 300-1.3.1 General 24 300-1.3.2 Requirements 24 SECTION 301— SUBGRADE PREPARATION, TREATED MATERIALS, AND PLACEMENT OF BASE MATERIALS 24 301-1 SUBGRADE PREPARATION 24 301-1.6 Adjustment of Manhole Frame and Cover Sets to Grade 24 301-2 UNTREATED BASE 25 301-2.3 Compacting 25 SECTION 302 - ROADWAY SURFACING 25 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 25 302-6.7 Traffic and Use Provisions 25 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 25 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND 28 DRIVEWAYS 25 303-5.1 Requirements 25 303-5.1.1 General 25 303-5.3 Placing Concrete 25 303-5.5 Finishing 26 303-5.5.2 Curb 26 303-5.5.4 Gutter 26 303-5.5.5 Alley Intersections, Access Ramps and Driveways 26 SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 27 306-3 TRENCH EXCAVATION 27 306-3.1 General 27 SECTION 314—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 28 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 28 314-2.1 General 28 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 28 314-4.1 General 28 314-4.2 Control of Alignment and Layout 28 314-4.2.1 General 28 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 29 314-4.4.1 General 29 314-4.4.2 Surface Preparation 29 314-5 PAVEMENT MARKERS 29 314-5.1 General 29 SECTION 315 - TRAFFIC SIGN INSTALLATION 29 f9_1 MUMMI-111MISIA-11 T.Awl.jr—, =M SECTION 600 - ACCESS 30 600-1 GENERAL 30 600-2 VEHICULAR ACCESS 30 600-3 PEDESTRIAN ACCESS 31 SECTION 601— WORK AREA TRAFFIC CONTROL 31 601-1 GENERAL 31 601-2 TRAFFIC CONTROL PLAN (TCP) 31 PART 8 — LANDSCAPING AND IRRIGATION 32 SECTION 800 — MATERIALS 32 800-1 LANDSCAPING MATERIALS 32 800-1.1 Topsoil 32 800-1.1.1 General 32 800-1.2 Soil Fertilizing and Conditioning Materials 33 800-1.2.1 General 33 800-1.2.3 Commercial Fertilizer 33 800-1.2.4 Organic Soil Amendment 33 800-1.2.5 Mulch 33 800-1.2.6 Herbicide 34 800-1.2.7 Pre -Emergence Weed Control 34 800-1.2.8 Water 34 800-1.4 Plants 35 800-1.4.1 General 35 800-1.4.2 Trees 35 800-1.4.3 Shrubs 36 800-1.4.4 Flatted or Liner Plants 36 800-1.4.7 Palms 36 800-1.6 Plant Tablets 36 800-1.7 Deep Watering Root Barrier 36 SECTION 801— INSTALLATION 37 801-1 GENERAL 37 801-2 EARTHWORK AND TOPSOIL PLACEMENT 39 801-2.1 General 39 801-2.2 Topsoil Preparation and Conditioning 39 801-2.2.1 General 39 801-2.2.2 Fertilizing and Conditioning Procedures 40 801-2.3 Finish Grading 40 801-4 PLANTING 41 801-4.1 General 41 801-4.2 Protection and Storage 42 801-4.3 Layout and Plant Location 42 801-4.5 Tree and Shrub Planting 42 801-4.6 Plant Staking and Guying 44 801-4.7 Ground Cover and Vine Planting 44 801-4.10 Mulching 45 801-6 MAINTENANCE AND PLANT ESTABLISHMENT APPENDIX A: CNB DWG 924-L [V] 45 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CONCRETE STREET PAVEMENT RECONSTRUCTION PROJECT NO. 18R21 CONTRACT NO. 7184-2 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 -6098-S); (3) the City's Desi - n 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.co_m/products/standard-specifications-Pubiic-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach Page 1 of 45 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class A 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. Add Subsection 2-5.5 to Section 2-5 as follows: 2-5.5 Examination of Contract Documents The bidder shall examine carefully the entire site of the work, including but not restricted to the conditions and encumbrances related thereto, the Plans and Specifications, and the proposal and contract forms therefore. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of the work to be performed, the quantities of material to be furnished and as to the requirements of the proposal, Plans, Specifications, and the Contract. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of, but is not limited to, two (2) mobilizations and demobilizations; traffic control implementation; construction surveying and staking; utility company coordination and utility verification; dewatering; removal and construction of concrete pavement, PCC driveway approaches, PCC alley approaches, PCC cross gutter spandrels, PCC curb ramps with truncated domes, PCC curb, PCC sidewalk, PVC under sidewalk drains; storm drain improvements consisting of 12" PVC pipe, catch basins, junction structures, and cleanouts; removal of existing trees, installation of new trees, parkway landscape planting and irrigation improvements; utility relocations and adjustments; streetlight pole adjustment including removal and reconstruction of streetlight foundation; adjustment of fire hydrants; private improvements and coordination; traffic signing and striping improvements; as -built plan preparation; and all other work required by the Contract Documents. Page 2 of 46 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 seven (7) days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor shall: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and 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. Prior to removal of existing concrete improvements, the Contractor shall stake the back of walk and flowline elevations for all properties that require under sidewalk drains to verify the accuracy of all existing control points noted on the plans. The Contractor shall perform all layout work and set all control points, stakes, and references necessary for carrying out the construction unless otherwise stated. If errors are discovered during the verification process, and control points do not agree with the design shown on the plans, the Contractor shall promptly notify the Engineer. The Engineer will advise the Contractor within five (5) working days of any corrective actions that may be deemed necessary. 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 J Braley, PLS from Cannon Corporation and can be contacted at (949) 753-8111. 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. Page 3 of 46 SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor............................................15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 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. Page 4 of 46 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General Attention is directed to the possible existence of underground facilities not known to the City or utility owner or in a location different from that which may be indicated on the plans or in these Special Provisions. The Contractor shall determine the exact location of all existing utilities prior to commencing work that may damage such facilities or interfere with their service. The Contractor agrees to be fully responsible for any and all damages, which may be caused by his failure to exactly locate and preserve any and all underground utilities. In the event the Contractor encounters underground utilities, he shall verify the exact location of the utility and immediately notify the Engineer or his authorized representative in writing, regardless of whether the unknown utility conflicts with the proposed construction or not. In the event of such a previously unknown conflict, the Contractor shall immediately notify the Engineer or his authorized representative in writing as to the extent, if any, of delays or additional costs resulting from said conflict. The Contractor shall perform work and provide necessary materials to disconnect or relocate existing utilities if necessary. Such previously unknown facilities shall be protected from damage as directed by the Engineer or his authorized representative and the Contractor will be paid for such work as extra work as provided in Section 3-3 of these Special Provisions, except where said utilities are generally known to exist and specific notes on the plans call for utility potholing to be performed to confirm their exact location and depth in which the Contractor shall Page 5 of 46 be compensated as part of the applicable related bid item. In the event any utility, facility, or substructure is disturbed or damaged, whether in its original or relocated position, the Contractor shall immediately cause repairs to be made to the satisfaction of the Engineer at no cost to the City. When uncharted or incorrectly charted underground piping or other utilities and services are encountered during site work operations, notify the applicable utility company immediately to obtain procedure directions. Cooperate with the applicable utility company in maintaining active services in operation. The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During 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. Page 6 of 46 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 100 consecutive working days after the date on the Notice to Proceed. Due to high tourist activities during the summer season, construction will not be allowed from Memorial Day (May 25, 2020) to Labor Day (September 7, 2020). The contractor will be required to completely demobilize before Memorial Day and remobilize after Labor Day. 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 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall minimize any noise at the work site, storage sites, staging areas, etc. before 8:00 a.m. 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 Page 7 of 46 Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1 St (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. The City desires to expedite construction on this contract to minimize the inconvenience to the public and residents within the project limits. In order to achieve this, an early completion incentive provision has been established for the contract. In the event the Contractor completes this contract prior to May 25, 2020, the Contractor will be entitled to the early completion incentive as described in Section 9 of these Special Provisions. Completion of the contract excludes the 90 -day maintenance period. Add the following Section 6-7.5 Sequence of Construction 6-7.5 Sequence of Construction The City anticipates awarding this construction contract on January 14, 2020. Contractor shall comply with the following requirements: • Start construction on February 3, 2020 (or sooner if possible) • End construction on October 6, 2020 • No work shall be performed from May 25, 2020 to September 7, 2020 Construction shall be phased to meet the following requirements: • Each street shall be completed and open to vehicular traffic prior to starting the next street. • Improvements on Anade Avenue and Montero Avenue shall be completed first to allow adequate time for landscape improvements Page 8 of 46 • Contractor will be allowed to close one street at a time for no more than two weeks (10 consecutive working days) to complete the storm drain and concrete pavement improvements. 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 Two Thousand Dollars ($2,000.00) per calendar day. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $92 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Page 9 of 46 Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready -mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. Page 10 of 46 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-8.6.4 Dewatering Contractor shall be required to provide a dewatering system to facilitate construction. Ira 11W -11a=1 w1 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. Page 11 of 46 The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 1st Mobilization and Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site 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 2nd Mobilization and Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for re- mobilizing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. This bid item will only be paid if Page 12 of 46 the Contractor is required to demobilize and remobilize due to Summer construction restrictions as described in Section 6-7. If the Contractor completes the work prior to Memorial Day (May 25, 2020), the Contractor will be entitled to the early completion incentive and this bid item will be deleted from the contract. 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, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K -rails, temporary striping, and flag persons. This item includes providing four (4) CMS and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 4 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 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. 6 Remove Existing Trees: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removal of existing trees, roots, root barriers, tree wells and stakes, haul -away and disposal of materials and spoils, and all other work items as required to complete the work in place. Item No. 7 Remove Existing and Construct Concrete Pavement: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing, hauling and disposing existing concrete or asphalt concrete pavement, grading and compacting subgrade, doweling, constructing 8 -inch thick concrete pavement over compacted sand and/or variable depth crushed miscellaneous base as needed, sawcutting, removal and reconstruction of adjacent 12 -inch wide by 12 -inch deep full depth asphalt concrete pavement as indicated on the plans, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 8 Remove Existing and Construct Type "B" PCC Curb: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete curb, grading and compacting subgrade, placing and compacting crushed miscellaneous base, constructing concrete curb per CNB DWG STD -1 82-L , reconstructing existing curb openings and curb drains, re -chiseling the curb face for existing underground utilities, restoring all existing Page 13 of 46 improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 9 Remove Existing and Construct PCC Access Ramp: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete sidewalk or access ramps, grading and compacting subgrade, constructing concrete access ramps, constructing integral retaining curbs, installing detectable warning surface, constructing adjacent sidewalk required to provide an ADA compliant curb ramp per CNB DWG STD -180-L, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 10 Remove Existing and Construct New 4 -Inch Thick PCC Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing sidewalk, grading and compacting subgrade, constructing concrete sidewalk per CNB DWG STD -180-L, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 11 Remove Existing and Construct New 8 -Inch Thick PCC Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing sidewalk, grading and compacting subgrade, constructing concrete sidewalk per modified CNB DWG STD - 180 -L (modification: 8 -inch thick PCC in lieu of 4 -inch thick PCC), restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 12 Remove Existing Sidewalk for New Landscape: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new landscaping as indicated on the Plans, and all other work items as required to complete the work in place. Item No. 13 Remove and Construct PCC Driveway Approach/Alley Approach: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing driveway approach/alley approach, grading and compacting subgrade, placing and compacting crushed miscellaneous base, constructing concrete driveway approach/alley approach, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 14 Reconstruct Existing 3 -Inch Through Curb Drain: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for reconstructing existing 3 -inch sidewalk drain, grading and compacting subgrade, and all other work items as required to complete the work in place. Item No. 15 Furnish and Install New 3 -Inch Sidewalk Drain: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for Page 14 of 46 constructing new sidewalk drain, grading and compacting subgrade, and all other work items as required to complete the work in place. Item No. 16 Adjust Manhole Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing the existing manhole frame and cover, temporarily lowering and/or covering the manhole to facilitate paving operation, reinstalling existing manhole frame and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 17 Remove Existing and Install New City Water Valve Box and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing water valve box and cover, temporarily lowering and/or covering the valve to facilitate paving operation, furnishing and installing a new water valve box and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 18 Remove and Install New Street Light Pull Box: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing street light pull box, furnishing and installing a new street light pull 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. 19 Remove and Reinstall Existing Street Light Pole to Finished Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing the existing street light pole and foundation, salvaging the existing street light pole for re -use, installing existing street light pole on new concrete foundation to new finished grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 20 Remove and Reinstall Existing Fire Hydrant: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing the existing fire hydrant, salvaging the existing fire hydrant, installing existing fire hydrant to new finished grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 21 Remove Existing and Install New Water Meter Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of the existing box frame and cover, protecting the existing water meter, installing a new water meter box frame and cover to new finished grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 22 Remove Existing Grate Inlet: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removal of existing Page 15 of 46 grate inlet at locations indicated on the Plans, and all other work items as required to complete the work in place. Item No. 23 Adjust Existing Grate Inlet to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for adjusting the existing grate inlet 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. 24 Furnish and Install 12 -Inch PVC Storm Drain (SDR -35), including Concrete Backfill: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing existing pavement and conflicting improvements, temporary and permanent support and protection of existing utilities, potholing and exposing utilities in advance of work, excavating, temporary patching or plating, dewatering, controlling ground and surface water, trenching, shoring, bracing, grading, compacting, furnishing and installing 12 -inch storm drain PVC, including pipe fittings and wyes at junctions indicated on the Plans, installing external joint sealer, placing concrete backfill, connecting to existing storm drain facilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 25 Construct Junction Structure No. 1: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing conflicting existing improvements, temporary and permanent support and protection of existing utilities, disposing of access material, potholing and exposing utilities in advance of work, excavating, temporary patching or plating, dewatering, controlling ground and surface water, grading and compacting subgrade, constructing junction structure, installing base, shaft, steps, grade rings, connecting to storm drain facilities, backfilling, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 26 Construct Storm Drain Cleanout, including Pipe Fittings: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing conflicting existing improvements, temporary and permanent support and protection of existing utilities, disposing of access material, potholing and exposing utilities in advance of work, excavating, temporary patching or plating, dewatering, controlling ground and surface water, grading and compacting subgrade, constructing storm drain cleanout, connecting to proposed storm drain, backfilling, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 27 Construct Curb Inlet type OS, including Local Depression: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing conflicting existing improvements, temporary and permanent support and protection of existing utilities, disposing of access material, potholing and exposing utilities in advance of work, excavating, temporary patching or plating, dewatering, controlling ground and surface water, grading and compacting subgrade, constructing concrete catch basin, installing base, shaft, steps, grade rings, manhole frames and covers, connecting to proposed storm drain facilities, backfilling, Page 16 of 46 restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 28 Connect New Storm Drain to Existing Catch Basin: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for connecting new 12 -inch storm drain PVC to existing storm drain facilities, temporary and permanent support and protection of existing utilities, potholing and exposing utilities in advance of work, excavating, temporary patching or plating, dewatering, controlling ground and surface water, trenching, shoring, bracing, grading, compacting, furnishing and installing 12 -inch storm drain PVC, installing external joint sealer, placing bedding and backfill material, removing and reconstructing affected portions of existing local depression, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 29 Install New Sign on New Post: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing street signs and posts, installing new street signs and posts, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 30 Install Striping, Pavement Markings, and Repainting Existing Red Curb: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing pavement striping and markers, installing temporary and permanent pavement striping, markings and markers, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 31 Import Top Soil, Preparation and Fine Grading: Work under this item shall include, but not be limited to, all labor, tools, equipment, material costs, transportation, delivery, storage, and services for soil preparation, removal of excess soil, placement and fine grading of 6 -inch minimum depth Class `A' top soil, grading, sample testing, spreading the fertilizer or conditioning materials, applying plant tablets, and all other items as required to complete the work in place. Item No. 32 Weed Abatement: Work under this item shall include, but not be limited to, all labor, tools, equipment, material costs, and services for weed abatement, watering until weed seeds have germinated, and all other work items as required to complete the work in place. Item No. 33 Irrigation System: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for trench excavation and backfilling upon completion, installing irrigation equipment including spray nozzles, tree bubblers, valves, piping and sleeving, restoring all existing improvements damaged by the work, and all other items as required to complete the work in place. Work under this item will also include coordination with individual property owners to confirm best location to stub -out and cap the new parkway irrigation system for property owner use. Page 17 of 46 Item No. 34 Furnish and Install 36 -Inch Box Tree: Work under this item shall include furnishing and installing tree, tree stake system, tree trunk guard, excavation, backfilling, disposal of excess material, and all other work items as required to complete the work in place. Item No. 35 Install Deep Watering Root Barrier: Work under this item shall include furnish and installing deep watering root barrier panel, excavation, backfilling, disposal of excess materials, and all other work items as required to complete the work in place. Item No. 36 Furnish and Install 36 -Inch Box Palm Tree: Work under this item shall include furnishing and installing palm tree, root barrier system, excavation, backfilling, disposal of excess material, and all other work items as required to complete the work in place. Item No. 37 Furnish and Install Shrub - #1 Container: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing #1 Container shrub at locations indicated on the Plans, soil preparation, removal of excess soil, maintenance of plants, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 38 Furnish and Install Shrub - #3 Container: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing #3 Container shrub at locations indicated on the Plans, soil preparation, removal of excess soil, maintenance of plants, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 39 Furnish and Install Shrub - #5 Container: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing #5 Container shrub at locations indicated on the Plans, soil preparation, removal of excess soil, maintenance of plants, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 40 Furnish and Install 2 -Inch Thick Layer of Wood Mulch: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing 2 -inch deep layer of mulch, transportation, delivery, storage, replacement, and all other work items as required to complete the work in place. Item No. 41 90 -Day Plant Establishment and Maintenance Period: Work under this item shall include, but not be limited to, payment of all tools, equipment, materials, labor, and services, watering the landscaped parkways, weed abatement, and all other work items as required to complete the work in place. Page 18 of 46 Item No. 42 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 43 Allowance for Private Property Improvements: An amount of $50,000 allowance is to be included in the Contractor's bid for work performed within private property, including, but limited to, removing existing improvements, modifying existing facilities and reconstruction of private property improvements, such as gates, fences, decorative steps and installing irrigation systems at the private property owner's option. Contractor shall arrange a pre -construction meeting with the City and property owner prior to starting work on private property. Work shall also include coordinating with the property owner and coordinating the work with the adjacent street improvements. Should any private property improvements be required, it shall be paid with this bid item allowance, and no additional compensation will be allowed therefore. Item No. 44 Remove and Construct 4 -Inch Thick PCC Pavement within Private Property: Work under this item shall include, but not be limited to, coordinating with the City and resident to confirm that the resident intends to include this scope of work as part of the project, identifying the limits of and removing and disposing of the existing private improvements/pavement, base and subbase, saw cutting, disposing of excess material, grading, compacting, constructing 4 -inch thick PCC pavement over subgrade per CNB DWG STD -180-L, restoration and cleaning of any private improvements damaged during construction, and all other work necessary to complete the work in place. This item is dependent on resident participation and payment of the construction unit pricing, and therefore is a variable item and shall not be subject to the 25% reduction in bid item clause for unit price adjustments. Item No. 45 Early Completion Incentive: An amount of $30,000 has been established as a lump sum incentive for completing this contract early, prior to May 25, 2020. Completion of contract shall be determined by the Engineer and shall include the completion of all storm drain improvements, concrete pavement improvements, landscape and irrigation improvements (including the weed abatement period), and signing and striping improvements. Approved contract time extensions due to change orders or inclement weather will not be added to the early completion date of May 25, 2020. The purpose of this incentive is to expedite construction and complete all construction activities on or before May 25, 2020. This bid item will be deleted if the contract is completed after May 25, 2020. 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. Page 19 of 46 Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 660 -CW -4000P, Grade C pump mix per Table 201-1.3.2 of the Standard Specifications for Public Works Construction. Contractor shall use minimum 4 -inch hard rock pump. Contractor shall provide the submittals for the concrete mix and pump capable of pumping the required distances with 1 -inch hard rock concrete for the Engineer's approval. The concrete slurry mix required for the drainage improvements shall consist of concrete sand, cement, and water at minimum. The use of fly ash and other admixtures to improve workability is optional. The sand shall be commercial quality concrete sand. The sand gradation shall meet Section 200-1.5.5 of the Standard Specifications for Public Works Construction for Portland Cement Concrete sand gradation or ASTM C33 grading requirements for Fine Aggregate. Cement shall be Portland cement and shall conform to Section 201-1.2.1 of the Standard Specifications. A minimum of 188 pounds (2 -sacks) of cement per cubic yard is required for the concrete slurry mix. Water must be free from oil, salts, and other impurities that adversely affect the backfill. Sufficient water must be used to produce a fluid workable mix that flows and can be pumped without segregation during placement. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Page 20 of 46 Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. All reinforcing steel bars shall be epoxy coated. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course shall be Type III -C3 -PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III -B2 -PG 64-10 (20% max RAP). SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized thermoplastic. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. Add Section 215 — TRAFFIC SIGNS Page 21 of 46 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'/4 inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. SECTION 217 — BEDDING AND BACKFILL MATERIALS 217-1 BEDDING MATERIAL 217-1.1 General Bedding material for new storm drain PVC pipe shall be concrete slurry mix per Section 201-1.1.2 of these Special Provisions . 217-2 TRENCH BACKFILL 217-1.1 General Trench backfill material for new storm drain PVC pipe shall be concrete slurry mix per Section 201-1.1.2 of these Special Provisions. Add the following Section 218 — Detectable Warning Surface SECTION 218 — DETECTABLE WARNING SURFACE 218-1 General. The detectable warning surface required for all curb ramps to be constructed per the project plans shall be dark gray in color and shall be ADA pavers as manufactured by Wausau Tile, Inc. of Wisconsin, ADA -2 Color A-90 or approved equal. The orientation of the dome pattern for all panels shall be parallel with the panel edges. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING Page 22 of 46 300-1.1 General. Add to this Section: All trees within the limits of work shall be removed as indicated on the Plans. All trees to be removed shall be clearly marked. Do not remove trees until approved by the Engineer. Trimming of trees for the Contractor's convenience shall be at the Contractor's expense and shall be subject to prior approval of the Engineer. The Contractor shall return all salvaged items to either the City or the adjacent property owner where they were removed. If the City or adjacent property owner does not want these items, then the Contractor shall legally dispose of them at locations outside of the project site. Items to be salvaged shall be removed in a manner as to not damage them. Upon removal, Engineer will review condition of salvaged material and direct the Contractor to either deliver the salvaged material to the City's Utilities Yard at 949 West 16th Street, another location within the City, or to dispose of off-site. The Contractor shall make arrangements for the delivery of salvaged materials to the City Utilities Yard by contacting the City of Newport Beach Utilities Division at (949) 644-3011. 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. 300-1.2 Preservation of Property. Contractor shall confirm all tree removals with Engineer prior to removal. Page 23 of 46 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. SECTION 301 — SUBGRADE PREPARATION, TREATED MATERIALS, AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION 301-1.6 Adjustment of Manhole Frame and Cover Sets to Grade Page 24 of 46 Replace the fourth sentence with the following: "In the case of Portland cement concrete pavement or sidewalk; manhole frames, meter boxes, valve can covers, and any other similar substructure shall be set to finish grade before paving." 301-2 UNTREATED BASE 301-2.3 Compacting 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 D 1557." SECTION 302 - ROADWAY SURFACING 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional Portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. 303-5.3 Placing Concrete Add the following: Page 25 of 46 Concrete for curbs, gutters and curb access ramps shall not be placed monolithically with curbs or integral curb and gutters. Concrete for such shall not be placed until a minimum of 4 hours after concrete for the adjoining curb and gutter has been placed. Concrete curbs, gutters and access ramps (curb ramps) shall be constructed monolithically with PCC cross gutter spandrel. 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall install or replace curb markings that indicate sewer laterals on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals. 303-5.5.4 Gutter The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. 303-5.5.5 Alley Intersections, Access Ramps and Driveways Add the following: Curb ramps shall be constructed in accordance with the details on the plans including furnishing and installing the detectable warning surface. Raised truncated domes for detectable warning surface shall be dark gray in color and shall be ADA pavers as manufactured by Wausau Tile, Inc. of Wisconsin, ADA -2 Color A-90 or approved equal. Detectable warning surfaces shall be a minimum of 48" wide perpendicular to the direction of travel and extend 36" minimum in the direction of travel. Concrete and asphalt concrete shall be saw cut along all removal lines unless they need to remain in place as approved by the Engineer. The Contractor shall be responsible to layout the proposed curb ramp to comply with the maximum grades indicated on the Plans. Limits of the new curb ramp shall be reviewed and approved by the Engineer prior to saw cutting. Typical construction tolerances to construct the new curb ramp shall not apply and maximum grades indicated on the plans shall not be exceeded. If a newly constructed ramp is deemed non-compliant with the standards and requirements shown on the Plans and these Special Provisions, the Contractor shall be responsible to remove the curb access ramp and reconstruct a new curb access ramp at his own cost. This bid item shall also consist of the following works, within, around/or adjacent to the access ramp reconstruction areas, all as delineated and shown on the Plans: Page 26 of 46 a) Removal and reconstruction of a minimum 4" thick PCC sidewalk per Section 303-5.5.3; b) Removal and reconstruction of PCC curb and gutter, including curb transition, per Section 303-5.5.2, of these Special Provision Adjustments of traffic pull boxes, water valves, vaults, conduits and wirings, and any other utility structures within the curb ramp to be reconstructed shall be paid per this item, unless otherwise specifically covered by a separate bid item. The Contractor shall verify, with a "smart level", that maximum ramp and sidewalk grades do not exceed maximum grades indicated on the Plans and these Special Provisions when marking the required saw cut removal limits and when setting the concrete forms, prior to pouring any access ramp locations. It shall be the Contractor's responsibility to supervise and utilize the proper experienced personnel to ensure that the proper saw cut limits are established for all access ramp locations and the Engineer shall not be responsible to direct the Contractor's crews or otherwise serve in this management capacity. The Engineer will approve the concrete forms, prior to the Contractor pouring any PCC construction improvements for the curb access ramp. Special Note to Contractor: Prior to constructing a curb ramp where physical site constraints do not allow the curb ramp construction to fully meet the requirements shown on the Plans and these Special Provisions, the Contractor shall so immediately notify the Engineer for direction. Detectable Warning Surface: The orientation of the dome pattern for all panels shall be parallel with the panel edges. At a minimum, the Contractor shall adhere to the detectable warning surface tile manufacturer's installation requirements including proper surface preparation and protection of the work and surrounding area SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 306-3 TRENCH EXCAVATION 306-3.1 General Excavation shall include the removal of all water and materials of any nature which interfere with the construction work. If groundwater is present, the removal and disposal of groundwater shall be the responsibility of the Contractor. Payment shall be considered included in the various items of work and no additional compensation will be allowed therefore. When the actual elevation or position of any existing pipe, conduit, or other underground appurtenances cannot be determined without excavation, the Contractor shall excavate and expose the existing improvement. Such excavation shall be considered as part of the excavation necessary for the open trench work and no Page 27 of 46 additional compensation will be allowed therefore. The Engineer shall be given the opportunity to inspect the existing improvement when it is exposed. Any adjustments in line or grade, which may be necessary to accomplish the intent of the Plans, shall be made. Continuation of pipeline installation or structure construction for the remainder of project shall proceed only after Engineer provides necessary design adjustments. Contractor shall excavate and expose the existing improvements (potholes) at the locations as marked on the ground and any other locations deemed necessary by the Engineer. Such excavation shall be performed as part of the construction of storm drain pipe, junction structure and curb inlet. However, said utility potholing shall be performed enough in advance so as to allow the Engineer at least five (5) working days to redesign the proposed improvement per plan, if so required, due to an unforeseen utility conflict. Failure to pothole all known existing utility crossings in advance of the open trench pipe and structure installation, to confirm their exact depth and location, shall not relieve the Contractor from the obligation to provide the Engineer adequate time for potential redesign or expose the City to any potential claims for related delays or related reconstruction of affected portions of improvements in the event that they are required to be constructed in a new alignment or profile. SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-2.1 General The Contractor shall remove all existing traffic striping and pavement markings by grinding. Other methods such as sandblasting will not be allowed. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be lane marking paint and applied at 15 mil in one coat, as soon as possible and within 24 hours after the finish course or slurry seal has been placed. The width of the temporary lane line stripes shall be one- half the width of the permanent final stripes. Temporary crosswalks and stop bars stripes shall be full -width and shall be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" stripes shall also be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" will not be accepted as temporary striping. 314-4.2 Control of Alignment and Layout 314-4.2.1 General Page 28 of 46 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 no later than 15 days. The thermoplastic shall be applied at 1.5 mm (60 mil) to 2.0 mm (80 mil) thickness for all striping except crosswalks and limit lines which shall be 2.5 mm (100 mil) to 3.0 mm (120 mil) thickness. Striping shall be applied by extrusion method. Sprayable thermoplastic striping shall not be allowed. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. The concrete surface shall be roughened along the thermoplastic striping. The width of the roughened concrete surface shall match the width of the striping. 314-5 PAVEMENT MARKERS 314-5.1 General Raised pavement markers shall not be placed until the finish course pavement or slurry seal has been in place for at least 10 days but no later than 15 days. Add Section 315 — TRAFFIC SIGN INSTALLATION SECTION 315 - TRAFFIC SIGN INSTALLATION Page 29 of 46 Location of traffic signs shown on plans is approximate and shall be approved by the City prior to installation. Signs shall be installed at a clear height of seven feet at minimum unless otherwise shown on plans. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Anti -seize lubricant shall be applied to hardware/fasteners prior to installation. Refer to CNB DWG 924-L for typical sign installation per Appendix A. PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 1*1113Kel 4,1114 :?M I Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Page 30 of 46 After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City "PERMIT PARKING ONLY" signs are available from the Engineer. In addition to the 10 -day and 48-hour notices described above, the Contractor shall hand out two temporary parking permits to each residence adjacent to the concrete street pavement construction. Temporary parking permits shall be filled out and signed by the Engineer and valid during the period of construction of the adjacent street only. 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 four (4) changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control 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. Page 31 of 46 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. 5. The Contractor will be allowed to close one alley or street at a time to complete the work. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as loss of street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 6. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure. 7. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. PART 8 — LANDSCAPING AND IRRIGATION SECTION 800 — MATERIALS 800-1 LANDSCAPING MATERIALS Samples of products and materials shall be required by the City. Submittals for inspection shall be stored on the site until furnishing of material is complete. Delivery of products and materials may begin upon acceptance of samples or as directed by the City. References: A. ANSI Z60.1 - Nursery Stock. B. California State Department of Agriculture - Regulations for nursery inspections, rules, and grading. 800-1.1 Topsoil 800-1.1.1 General Page 32 of 46 Topsoil shall be Class A (imported). The Contractor will be responsible to provide an agricultural suitability for a representative soil sample prior to and after being delivered to the site. The following topsoils are pre- approved for importing and do not require additional testing. 1. AquaStar Topsoil with Lassenite. Available at Gail Materials (951) 667-6106 2. Bioswale Growing Medium. Available at Gail Materials (951) 667-6106 3. Fill Soil. Available at Aguinaga Green (949) 786-9558 4. Topsoil C — Available at Aguinaga Green (949) 786-9558 800-1.2 Soil Fertilizing and Conditioning Materials 800-1.2.1 General Fertilizing and soil conditioning materials shall comply with the applicable requirements of the State Food and Agricultural Code. All materials shall be packaged first grade, commercial quality products identified as to source, type of material, weight, and manufacturer's guaranteed analysis. Fertilizing and soil conditioning material shall not contain toxic ingredients or fillers in quantities harmful to human life, animals, or plants. Furnish a Certificate of Compliance stating that the material substantially meets the specifications. Exact fertilizing and conditioning materials and the required composition and quantities shall be determined by agronomic soils test. 800-1.2.3 Commercial Fertilizer Commercial fertilizer shall be a palletized or granular product having a chemical analysis as specified on the Plans or in the Specifications. Commercial fertilizer shall be free-flowing material delivered in unopened sacks. Material which becomes caked or otherwise damaged shall not be used. Fertilizer composition to be 16-20-0 or as recommended by the soils report. 800-1.2.4 Organic Soil Amendment Organic soil amendment shall be nitrogen stabilized organic soil amendment. Organic soil amendment shall be redwood sawdust free of shavings or particles of other woods such as fir or pine, supplied in bulk and 0.5% nitrogen stabilized by standard techniques. An acceptable substitute is nitrogen stabilized fir or cedar sawdust ground to 0-1/4" particle size and 1.0% nitrogen stabilized. 800-1.2.5 Mulch Mulch shall be "Forest Floor" (0-2") or equivalent. Page 33 of 46 Available from: Aguinaga Green 7992 Irvine Boulevard Irvine, CA 92618 (949) 786-9558 The mulch shall consist of fibrous, woody bark mixture of varied particle size with the following characteristics: Percent Passing Sieve Size 90-100 25.4 mm (1") 80-100 12.7 mm (1/2") 20-60 6.35 mm (1/4") Mulch shall be packaged in bales or bags, unless the City approves a bulk source delivery to the site. The Contractor shall submit a sample of the specified mulch and any mulch substitutes. The Engineer has the right to reject all samples and request additional samples until a suitable mulch material is approved. Add Section 800-1.2.6 Herbicide 800-1.2.6 Herbicide The use of a Non-selective herbicide for weed abatement will require City approval. The use of a Pre -emergent herbicide for weed control will require City approval. Add Section 800-1.2.7 Pre -Emergence Weed Control 800-1.2.7 Pre -Emergence Weed Control The use of a pre -emergence weed control, such as Ronstar, Weedban or equivalent, requires City approval prior to use. Add Section 800-1.2.8 Water 800-1.2.8 Water Water shall be clean, fresh and free of substances or matter which could inhibit vigorous growth of plants. Page 34 of 46 800-1.4 Plants 800-1.4.1 General Add the following: Trees, shrubs, ground cover and vines shall be grown by an established nursery having been in the business of growing trees, palms, shrubs, and ground cover a minimum of five (5) years. At the option of the Engineer, plants shall be inspected and tagged at the nursery prior to shipment to the planting site. Plant names indicated or listed in the "Master Plant Legend" on the Plans, conform to the approved names given in "An Annotated Checklist of Woody Ornamental Plants in California, Oregon, and Washington, Manual 4091", published by the University of California (1979). Except for names not covered therein, the established custom of the nursery shall be followed. Condition of plants shall be in accordance with the California State Department of Agriculture's regulations for nursery inspections, rules, and grading and shall be symmetrical, typical for variety and species, sound, healthy, vigorous, free from plant disease, insect pests, or their eggs, and shall have healthy normal root systems, well filling their containers, but not to the point of being root bound. Plants shall not be pruned prior to delivery, except as authorized by the City. In no case shall trees be topped before delivery. The size of the plants shall correspond with that normally expected for species and variety of commercially available nursery stock, or as specified on the Plans. The minimum acceptable size of all plants, measured before pruning with the branches in normal position, shall conform to the measurements, if any, specified on the Plans. Plants larger in size than specified may be used with the approval of the City, but the use of larger plants will not serve as the basis for a change order. Bare root planting shall be done only with special approval of the City. All plant material shall be subject to the inspection and acceptance of the City before planting. A representative number of plants as determined by the City may be inspected for size and condition of root growth, insects, injuries and defects. Plants not accepted are to be removed from the site immediately and replaced with suitable plants. The City reserves the right to reject entire lots of plants represented by defective samples. 800-1.4.2 Trees All trees shall be of the specified box or container size and of the species specified. Provide nursery photos for pre -approval of actual trees to be planted with scale. Page 35 of 46 800-1.4.3 Shrubs Shrubs shall be of the specified type and container size, selected from high quality, well -shaped nursery stock. Provide nursery photos for pre -approval of actual plants to be planted with scale. 800-1.4.4 Flatted or Liner Plants Ground cover plants and other flatted or liner plants shall be grown and remain in the flats until transplanted at the site. The soil and spacing of the plants in the flat shall ensure the minimum disturbance of the root system at time of transplanting. Add Section 800-1.4.7 Palms 800-1.4.7 Palms All palms shall be of the specified box size and of the species specified. Provide nursery photos for pre -approval of actual palms to be planted with scale. Add Section 800-6.1 Plant Tablets 800-1.6 Plant Tablets Plant tablets shall be Scotts Agriform, Grow Power or approved equal, 20-10-5 applied at the following rates: Tablet Size 21 Gram 5 Gram Container #1 #3 & #5 #15 24" Box 36" Box Ground Size and Cover Larger Plants Application 1 3 8 20 One 1 Rates (No. Tablet per of Tablets) each foot of height Add Section 800-1.7 Deep Watering Root Barrier 800-1.7 Deep Watering Root Barrier Deep Watering Root Barrier Panels shall be high density polyethylene and shall be Century Products or approved equivalent. Page 36 of 46 Deep Watering Root Barriers Panels to be installed per the manufacturer's recommendations. Root barriers to be installed only along pavement. Not encircling trees. SECTION 801 — INSTALLATION 801-1 GENERAL The general requirements apply to all Landscaping work operations. Provide labor, materials, tools, transportation and all incidentals necessary to perform work as indicated on the Plans and as herein specified. The Contractor shall coordinate installation of the parkway irrigation on Anade Avenue, Montero Avenue, and Alvarado Place with property owners who may want to connect the new parkway irrigation to existing private irrigation. The Contractor shall cap the parkway irrigation line at the back of walk for properties without an existing private irrigation line. The landscape contractor or subcontractor shall provide a licensed Pest Control Advisor (PCA) prior to applying herbicide. The PCA will be responsible for preparing and approving a Pest Control Recommendation and providing Safety Data Sheets (SDS). These items shall be included with the herbicide submittal. The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contractor as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City Arborist at the site to discuss City standards and requirements. If required, the submittal shall adhere to the following guidelines: 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City Arborist. 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 Prunin Page 37 of 46 a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City Arborist. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Quality Assurance: A. Contractor shall comply with all applicable local, state, and federal requirements regarding materials, methods of work, and disposal of excess and waste materials. B. Manufacturer's directions, specifications and detailed drawings will be followed in all cases where articles used furnish directions covering points not delineated on the Plans or in the Specifications. C. The work included in this section will be done to the satisfaction of the City and the decision by the City as to the true construction meaning of the Plans and Specifications will be final. D. All drop slips for landscape materials (including plants, fertilizers, pesticides, hand -seeded cobble aggregate) shall be given to the Engineer. Environmental Requirements: A. Do not install landscape materials when ambient temperatures may drop below 45 degrees F (12 degrees C) or above 95 degrees F (39 degrees C). B. Do not install landscape materials when wind velocity exceeds 30 mph (48 k/hr). Inspection: Page 38 of 46 A. All inspections herein specified shall be made by the City. Request inspection at least forty-eight (48) hours in advance of the time the inspection is required. Requested inspections, subsequently canceled without twenty-four (24) hours notice, will be billed to the Contractor. B. Inspection is required for, and not necessarily limited to, the following parts of the work. 1. At completion of the incorporation of soil amendments and fine grading. 2. Prior to digging plant pits for trees and shrubs. 3. During backfilling of plant pits with amended backfill. 4. Final inspection at the end of the maintenance period. 801-2 EARTHWORK AND TOPSOIL PLACEMENT 801-2.1 General Earthwork and topsoil placement shall include the preparation for and the spreading, densification, cultivation, and raking of topsoil, including fertilization and conditioning. Unless otherwise provided, walls, curbs, planter boxes, walks, irrigation systems, and similar improvements required by the Plans or Specifications shall be constructed following rough grading and before landscaping. Planting holes and backfill shall be as herein specified. Preliminary rough grading and related earthwork to prepare areas for landscaping work to within one-tenth foot (0.1') of finish grade, or to subgrade for Class "A" topsoil, shall conform to Sections 300-2, 300-4, and 301-1 of the Standard Specifications for Public Works Construction and these Special Provisions. 801-2.2 Topsoil Preparation and Conditioning 801-2.2.1 General The type and thickness of topsoil shall be as shown on the Plans, or if not shown, shall be Class "A", six inches (6") thick. Planting areas shall be free of weeds and other extraneous materials to a depth of twelve inches (12"). Soil shall not be worked when it is so wet or so dry as to cause excessive compaction or the forming of hard clods or dust. The existing soil below subgrade for Class "A" topsoil shall be scarified to a depth of six inches (6") prior to spreading topsoil. Page 39 of 46 801-2.2.2 Fertilizing and Conditioning Procedures The planting area shall be brought to finish grade before spreading the fertilizers or conditioning materials specified. Fertilizing and conditioning materials shall be mechanically spread at a uniform rate. The quantities of materials necessary for the planting area shall be at the site and shall be verified by delivery tickets furnished to the Engineer before spreading. After spreading, the fertilizing and conditioning materials shall be uniformly cultivated into the upper six inches (6") of soil by suitable equipment, rototiller or equal, operated in at least two directions approximately at right angles. The resulting soil shall be in a friable condition. For bid purposes only, the following fertilizer and soil amendments shall be incorporated into all planting areas. The actual soil amendment, type & rate will be per the soil report recommendation. Material Rate per 1,000 Square Feet 16-20-0 Ammonium Phosphate 15 pounds Nitrogen Stabilized Organic Amendment 4 cubic yards Soil Sulfur 15 pounds Weed Abatement: The weed abatement program shall proceed upon the completion of the irrigation system and after all existing weeds and growth has been removed from the planting areas. After concrete improvements (curb and gutter, sidewalk, driveway approaches, ADA ramps and irrigation sleeves) are complete and parkway soil prepared, including soil amendments and final grading, Contractor shall begin grow / kill period for the parkways. Contractor shall install final planting after two (2) grow and kill periods have been completed. 801-2.3 Finish Grading After fertilizing and conditioning, the soil shall be watered and allowed to settle to provide a stable surface, not overly densified to the extent that it will prevent aeration and water infiltration. After the soil has dried out to a workable condition, the planting areas shall be regraded, raked, and smoothed to the required grades and contours. Finish surfaces shall be clean and suitable for planting. Page 40 of 46 The finish grade shall be smooth, uniform, and free of abrupt grade changes and depressions to ensure surface drainage. The planter's finish grade shall be 3 inches below the finish surface of curb and sidewalk. 801-4 PLANTING 801-4.1 General All sprinkler/irrigation work shall be inspected and accepted by the City, prior to start of any work of this subsection. All plants will be inspected by the Engineer prior to planting, including plants previously approved at the nursery. The Contractor shall be responsible for the condition of all plants, planted or otherwise, until acceptance. The final placement of each tree/shrub/groundcover will be subject to the approval of the Landscape Architect before planting. The Contractor shall coordinate the approval of the planting placement/layout so as not to impact the project's schedule. The Contractor shall moisten prepared surface immediately prior to installing plant material. The Contractor shall install plant material immediately after delivery to site, within 24 hours after harvesting to prevent deterioration, and water landscaped areas immediately after installation. Quantities: 1. Plant materials shall be furnished in the quantities and/or spacing as shown or noted for each location, and shall be of the species, kinds, sizes, etc., as symbolized, and/or described in the Master Plant Legend, as indicated on the Plans. 2. Verify all sizes and quantities on the Plans. Promptly report any discrepancy to the Engineer. Substitution: 1. Any plant material or any development materials specified by trade name or equal shall be according to these Plans and Specifications. 2. Installation and use of substitute items shall not be made until the Contractor is in receipt of written approval from the City. Substitution proposals for plant material must be accompanied by written proof of non-availability within a five Page 41 of 46 hundred mile radius of the project site for material originally specified and proof that material was ordered in a timely matter upon award of contract. Location of Utility Structures and Lines: 1. Prior to excavation for planting or placing of stakes, locate all utilities, electric cables, conduits, irrigation lines, heads, valves and valve control wires, and all utility lines so that proper precautions may be taken not to damage such improvements. 2. In the event of a conflict between utilities and plant locations, promptly notify the City, which shall arrange for one or the other to be relocated. If Contractor fails to follow this procedure it shall repair all damages resulting from the work at contractor's sole expense. 801-4.2 Protection and Storage The Contractor shall regularly water all nursery stock in containers and place them in a cool area protected from sun and drying winds. Do not allow plants to dry out before or while being planted. Keep exposed roots moist by means of wet sawdust, peat moss or burlap at all times during planting operations. Do not expose roots to the air except while being placed in the ground. Wilted or diseased plants, whether in place or not, will not be accepted and shall be replaced at the Contractor's sole expense. 801-4.3 Layout and Plant Location Planting areas, borders and boundaries, will be surveyed and staked by the Contractor and approved by the Engineer. Detailed layout for trees, palms, shrubs and ground covers within the planting areas shall be performed by the Contractor and approved by the Landscape Architect prior to planting. The first row of plants in areas designated for center to center spacing of plants shall be located at one-half of designated spacing from the edge of the area. 801-4.5 Tree and Shrub Planting Planting Holes: Planting holes shall be approximately square for container grown plants or circular for balled and burlapped plants. The holes shall be twice the width of the plant container or ball, unless otherwise shown on the Plans. The holes shall be one -and -half times the depth of the root ball, or as shown on the Plans. The hole shall be larger, if necessary, to permit handling and planting without injury or breakage of the root ball or Page 42 of 46 root system. Any plant having a broken or cracked root ball before or during planting shall not be planted. Underground Obstructions: In the event that underground construction work or obstructions are encountered in the planting operation, alternate locations for plant material will be selected by the City. Operation shall be done at no extra cost to the City. Planting Procedures: 1. For bid purposes only, the following material shall be thoroughly blended and used as a backfill mix. The actual backfill material shall be as recommended by the soils report. 6 parts by volume on-site soil 4 parts by volume Nitrogen Stabilized Organic Amendment 1 lbs. 16-20-0 per cubic yard of mix 2 lbs. Iron Sulfate per cubic yard of mix No mixing for individual planting holes is permitted. Mix planting soil prior to backfilling and stockpile at the site. Iron sulfate shall not contact cement surfaces because severe staining could occur; repair or replace stained cement at Contractor's sole cost. 2. Remove all plants from their containers and set so that, when settled, they bear the same relation to the required grade as they bore to the natural grade before being transplanted. Plant each plant in the center of the pit and backfill with prepared soil. Compact the backfill mix around the ball or roots. Do not use soil in muddy condition for backfilling. Do not fill around trunks or stems. Cut off all broken or frayed roots. For balled and burlapped plants, all burlap, ropes or wire shall be removed from the top of the root balls. 3. Thoroughly water each plant when the hole is one-half filled. 4. After watering, backfill the remainder of the hole and tamp the soil in place until the surface of the backfill is level with the surrounding area and the crown of the plant is at the finished grade of the surrounding area. 5. After backfilling, a basin shall be constructed around each plant. Each basin shall be of a depth sufficient to hold at least three (3) inches of water. Basins shall be the same size as the container size of each individual plant. The basins shall be constructed of amended backfill material. Page 43 of 46 6. Set the plant tablets to be used with each plant on the top of the root ball so the required number of tablets to be used in each hole can be easily verified. Bury tablets upon approval by the Engineer. 7. Immediately after planting, apply water to each tree and shrub by means of a hose. Apply water in a moderate stream in the planting hole until the material about the roots is completely saturated from the bottom of the hole to the top of the ground. 8. Apply water in sufficient quantities and as often as seasonal conditions require to keep the planted areas moist at all times, well below the root system of grass and plants. 9. Basins around shrubs and trees in slopes shall be permanently maintained. In turf areas, basins shall be maintained thirty (30) days following tree planting. They shall be removed at that time, unless otherwise directed by the Engineer. 10. Pruning. Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-third of the branching structure. Upon approval of the Engineer, pruning may be done before delivery of plants, but not before plants have been inspected and approved. 801-4.6 Plant Staking and Guying Staking: All trees shall be staked per Tree Planting and Staking Detail (36 Inch Box) as shown on the Plans. 801-4.7 Ground Cover and Vine Planting Soil preparation and fine grading shall be completed prior to ground cover planting. Ground cover shall be planted in moist soil and spaced as indicated on the Plans. Each plant shall be planted with its proportionate amount of flat soil to minimize root disturbance. Soil moisture shall be such that the soil does not crumble when removing plants. Following planting, ground cover areas shall be regraded to restore smooth finish grade and to ensure proper surface drainage. Mulch shall be spread over the planted areas. Watering shall begin immediately following mulching. When necessary to prevent plant damage from pedestrian traffic during the initial growing stage, erect temporary protective fencing to be removed at the end of the maintenance period. Add Section 801-4.10 Mulching Page 44 of 46 801-4.10 Mulching All trees, shrubs and ground cover areas shall be mulched (2" layer) after planting. Maintain a 4 to 6 inches clear "no -mulch" zone around the base of each tree and shrub. 801-6 MAINTENANCE AND PLANT ESTABLISHMENT Maintenance and Plant Establishment Period will be a minimum of 90 calendar days. The maintenance period shall not officially begin or end without written notification from the Engineer. The 90 -day maintenance and plant establishment period shall not be counted towards the 100 working days described in Section 6-7. The Contractor shall maintain all planted areas on a continuous basis as they are completed during the progress of the work and during the establishment and maintenance period, and shall continue to maintain them until final acceptance in accordance with the following: 1. Water, weed, fertilize, mow, edge, prune, spray and apply topdressing as necessary to promote a healthy growing condition. All planted areas shall be kept free of debris and shall be weeded and cultivated at intervals not to exceed ten (10) days. Keep project neat and attractive throughout the maintenance period. 2. Apply herbicides for weed control, as needed or directed by City, in accordance with manufacturer's instructions and applicable laws and regulations. Pre -emergent herbicide shall be required in all planter, shrub and ground cover areas. Remedy damage resulting from the use of herbicides. 3. Exterminate rodents and insects as require and in accordance with applicable laws and regulations. Remedy damage from use of insecticides. 4. The use of a Watering Truck and hand watering may be required to irrigate each planter. Sufficiently saturate root zone without rotting trees, shrubs, and ground cover. 5. Repair or replace any damaged item caused by vehicles, vandals, bicycles, or foot traffic during the maintenance period. 6. Fertilize with "Gro -Power Plus", or "Sustanie Natural Fertilizer, Inc." at 30 lbs./1,000 s.f. every thirty (30) calendar days (twice during the maintenance period), or as indicated by the agronomic soils test. Apply "Gro -Power Controlled Release Nitrogen" or "Sustanie Natural Controlled Release Nitrogen" five (5) calendar days before the end of the maintenance period, or as indicated by the agronomic soils test. The Page 45 of 46 Contractor shall adhere to fertilization requirements of the soils tests at no additional cost. Maintenance period shall be extended if plant material is not in a healthy growing condition. When all maintenance work has been completed to the satisfaction of Engineer, the Engineer will issue to the Contractor a written notice of completion of maintenance. Page 46 of 46 APPENDIX A: CNB DWG 924-L 2' MIN. * 8' MIN WHEN INSTALLED ON OR ADJACENT TO BICYCLE SIDEWALKS, PATHS OR WALKWAYS. NOTES TRAFFIC SIGN VARIES � J 2" x 2" O.D. 14 GA. UNISTRUT POST 7' MIN* 4"-6" ABOVE FINISH SURFACE FINISH SURFACE 8" MIN. 2-1/4" x 2-1/4" O.D. 12 GA.__,-,' L 18" IN CONCRETE UNISTRUT BASE 30" IN DIRT TYPICAL SIGN INSTALLATION 1. SIGN SHALL BE STANDARD SIZE PER THE CALIFORNIA MUTCD UNLESS OTHERWISE SHOWN. RETROREFLECTIVE SHEETING SHALL BE TYPE 4 OR GREATER. SIGN SHALL BE MADE OF ALUMINUM (0.08 INCH THICKNESS). 2. NEW SIGN POSTS SHALL BE 14 GAUGE, 2 INCH SQUARE (O.D.) UNISTRUT INSTALLED INTO A 12 GAUGE 2 -1/4 -INCH UNISTRUT (O.D.) BASE. UNISTRUT BASE SHALL BE INSTALLED AT A DEPTH OF 18 INCHES IN CONCRETE AND 30 INCHES IN DIRT. CONTRACTOR SHALL USA LOCATION PRIOR TO INSTALLING SIGN. 3. SIGN MOUNTING HARDWARE AND BRACKETS SHALL BE 5/16 INCH STAINLESS STEEL. ANTI -SEIZE LUBRICANT SHALL BE APPLIED TO MOUNTING HARDWARE PRIOR TO INSTALLATION. 4. SIGNS SHALL BE INSTALLED AT A CLEAR HEIGHT OF 7 FEET UNLESS OTHERWISE SHOWN ON PLANS. LOCATION OF SIGNS SHOWN ON PLANS IS APPROXIMATE AND SHALL BE APPROVED BY THE CITY PRIOR TO INSTALLATION. SIGNS INSTALLED ON OR ADJACENT TO BICYCLE SIDEWALKS, PATHS, OR WALKWAYS SHOULD BE INSTALLED AT A CLEAR HEIGHT OF 8 FEET. RECD APP. REVISED CITY ENGINEER DATE I DIR OF PUBLIC WORKS DATE ADOPTED I CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS I TYPICAL TRAFFIC SIGN INSTALLATION STANDARD DETAIL NO.924-L SHEET 1 TOPOGRAPHICAL LEGEND SQ SEWER MANHOLE ® STORM DRAIN MANHOLE >Oa FIRE HYDRANT ,*-o STREET LIGHT ® WATER VALVE n SURVEY MONUMENT b SIGN CNB TREE V ELECTRICAL MANHOLE DWY BUILDING - - - - EXISTING CONSTRUCTION ECR PROPERTY LINE — - -- END CURVE NEW CONSTRUCTION EUCALYPTUS TREE - -�- - CENTERLINE -X -X -X- FENCE FS BLOCKWALL -==� UTILITY LINE LEGEND SEWER LINE WATER LINE GAS LINE - ELECTRICAL LINE TELEPHONE LINE TELEVISION LINE NOT TO SCALE ABBREVIATIONS (IN ADDITION TO GREENBOOK SECTION 1-3.2) AC ASPHALT CONCRETE BCR BEGIN CURB RETURN BC BEGIN CURVE BSW BACK OF SIDEWALK C CENTERLINE C&G CURB AND GUTTER CATV CABLE TV CNB CITY OF NEWPORT BEACH DW DOMESTIC WATER DWY DRIVEWAY E'LY EASTERLY ECR END CURB RETURN EC END CURVE EUC EUCALYPTUS TREE EX EXISTING FL FLOW LINE FS FINISHED SURFACE IRR IRRIGATION LD LOCAL DEPRESSION NTS NOT TO SCALE PB PULL BOX PCC PORTLAND CEMENT CONCRETE PROP PROPOSED R/W RIGHT OF WAY SCE SOUTHERN CALIFORNIA EDISON SCO SEWER CLEAN OUT SW SIDEWALK TC TOP OF CURB TEL TELEPHONE TF TOP OF FOOTING TW TOP OF WALL TYP TYPICAL LINK UNKNOWN W'LY WESTERLY m-sonop111t BASIS OF BEARINGS: THE CENTERLINE OF BAY AVENUE BEING N78' 36'W AS SHOWN ON THE EAST NEWPORT TRACT SHEETS 8 & 1 DATUM & BENCHMARK COORDINATES ARE BASED ON THE CALIFORNIA COORDINATE SYSTEM (CCS83) ZONE VI, NAD 83 (2007.00 EPOCH ADJUSTMENT), AS PER RECORDS ON FILE IN THE OFFICE OF THE ORANGE COUNTY SURVEYOR. BENCHMARK: ELEV.=9.18' NAVD88 2015 ADJUSTMENT. SURVEYOR BENCHMARK 1E-122-14. FOUND 4" OCS ALUMINUM BENCHMARK DISC STAMPED "1E-122-14" ON SOUTHWEST CORN OF A 4' CATCH BASIN. MONUMENT IS LOCATED ALONG THE SOUTH SIDE OF BALBOA BLVD. 133' WEST OF THE C\L OF 7TH. STRETT 0 ADRESS 709 MONUMENT IS LE WITH SIDEWALK GENERAL NOTES 1. ALL WORK DETAILED ON THESE PLANS TO BE PERFORMED UNDER CONTRACT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION", 2015 EDITION AND SUPPLEMENTS TO DATE, EXCEPT A€� OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL PROVISIONS, OR IN THIS CONTRACT'S SPECIAL PROVISIONS. 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD PRIOR TO BEGINNING CONSTRUCTION. 3. ALL EXPOSED CONCRETE SURFACES SHALL CONFORM IN GRADE, COLOR, DIMENSION, AND FINISH TO ADJOINING IMPROVEMENTS, UNLESS NOTED OTHERWISE. v'WPo 4. PCC STRENGTH SHALL BE 4000 PSI. O� �r� 5. CONTRACTOR SHALL ADJUST CITY UTILITIES (e.g. WATER VAULTS, WATER VALVES, SCO, SURVEY MONUMENTS, SEWER AND STORM DRAIN MANHOLES) FRAMES AND COVERS TO FINISHED GRADE PER CITY STANDARDS. ALL OTHER UTILITIES SHALL BE ADJUSTED TO GRADE BY OTHERS, 6. PROPOSED PAVEMENT AND CURB AND GUTTER SHALL JOIN AND MATCH LINE AND GRADE OF EXISTING IMPROVEMENTS UNLESS NOTED OTHERWISE. 7. ANY DISCREPANCY IN THE DRAWINGS OR SPECIFICATIONS SHALL BE CALLED TO THE ATTENTION OF THE ENGINEER. FAILURE TO DO SO WILL PLACE Ci RESPONSIBILITY OF THE CONTRACTOR FOR CORRECTION. Ux 8. ANY WORK NOT INDICATED ON THE DRAWINGS BUT CALLED FOR IN THE SPECIFICATIONS, OR VICE -VERSA, SHALL BE FURNISHED AND PERFORMED AS THOUGH SPECIFICALLY INDICATED AND CALLED FOR IN BOTH. ANY WORK NOT INSTALLED ACCORDING TO DRAWINGS AND SPECIFICATIONS OR ORDINANCES AND LAWS SHALL BE REPLACED AT CONTRACTOR'S EXPENSE. 9. STATIONING REFERS TO CENTERLINE OF STREET. 10. CURVE DATA REFERS TO FACE OF CURB. 11. PROPERTY LINES ARE SHOWN AS PER ASSESSORS PARCEL MAP. �LIFOR�� 12. TIDE VALVES SHALL NOT BE OBSTRUCTED FOR OPERATIONS DURING HIGH TIDES. 13. THE CONTRACTOR IS RESPONSIBLE FOR CLEARING AND GRUBBING, PRUNING AND REMOVING TREE ROOTS THAT INTERFERE WITH THE WORK AND SHALL COMPLY WITH SECTION 801-1 OF THE SPECIAL PROVISIONS AND THE STANDARD SPECIFICATIONS. THE CONTRACTOR SHALL SUBMIT RECOMMENDATIONS BY ITS ARBORIST TO THE CITY FOR REVIEW FOR SAFELY PRUNING AND REMOVING TREE ROOTS. NO ROOTS SHALL BE PRUNED OR REMOVED UNLESS THIS SUBMITTAL IS RETURNED TO THE CONTRACTOR AS SATISFACTORY. PRIOR TO THE SUBMITTAL, THE CONTRACTOR SHALL ARRANGE TO MEET WITH THE CITY ARBORIST AT THE SITE TO DISCUSS CITY STANDARDS AND REQUIREMENTS. PUBLIC WORKS DEPARTMENT CONSTRUCTION NOTES 1O REMOVE EXISTING AND CONSTRUCT 8" THICK PCC STREET PAVEMENT OVER COMPACTED SAND PER CNB DWG. NO. STD -109-L AND TYPICAL SECTIONS ON SHEET 2. CONCRETESTREET PAVEMENT RECONSTRUCTION 1A CONSTRUCT VARIABLE DEPTH CRUSHED MISCELLANEOUS BASE AS NEEDED. O2 REMOVE EXISTING AND CONSTRUCT PCC CURB (TYPE B) PER CNB DWG. NO. STD -182-L (TOP OF CURB TO MATCH EXISTING). ANADEAVENUE, MONTERO AVENUE, O REMOVE EXISTING SIDEWALK AND/OR LANDSCAPING AND CONSTRUCT 4" THICK PCC SIDEWALK PER CNB DWG, NO. STD -180-L. 3A REMOVE EXISTING SIDEWALK AND/OR LANDSCAPING AND CONSTRUCT PCC SIDEWALK PER MODIFIED CNB DWG. NO. STD -180-L. MODIFICATION: B" THICK PCC. AND ALVARADO PLACE O4 SAWCUT, REMOVE EXISTING AND CONSTRUCT PCC CURB ACCESS RAMP PER CNB DWG. NO. STD -181 ON SHEET 4. MODIFICATIONS PER DETAILS 1 THROUGH 4 ON SHEET 7. FROM EAST BAY AVENUE TO EDGEWATER AVENUE O DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY-COATED DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC PAVEMENT. 6A CONSTRUCT UNDER SIDEWALK DRAIN PER CASE 1 OF DETAIL C ON SHEET 6. 6THSTREET 6B CONSTRUCT UNDER SIDEWALK DRAINS AT 5' MAX INTERVALS PER CASE 2 OF DETAIL C ON SHEET 6. FROM BALBOA BOULEVARD TO BAY AVENUE O REMOVE EXISTING PAVERS AND CONSTRUCT 4" THICK PCC SIDEWALK PER CNB DWG. NO. STD -180-L O8 SAWCUT, REMOVE EXISTING AND CONSTRUCT TYPE "B" PCC CURB ONLY (CF HEIGHT VARIES 4" MIN. TO 8" MAX.) PER CNB DWG. NO. STD -182-L. PROJECTNO. 18R21 9O REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT PCC DRIVEWAY PER CNB DWG. NO. STD -162-L. 9A REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT PCC ALLEY APPROACH TYPE A PER CNB DWG. NO. STD -142-L, 10 REMOVE AND REPLACE EXISTING CITY STREET LIGHT PULL BOXES TO GRADE PER CNB DWG. NO. STD -204-L. REMOVE EXISTING STREET LIGHT POLE AND FOUNDATION. SALVAGE EXISTING POLE. INSTALL EXISTING STREET LIGHT POLE ON NEW FOUNDATION (TO MATCH EXISTING APPROVED: DATE: l L ' Z /`� LOCATION) TO NEW SIDEWALK FINISHED GRADE PER CNB DWG. NO. 200-L. DAVID A. WEBB, P.E., PUBLIC WORKS DIRECTOR 11 REMOVE AND CONSTRUCT 24" WIDE/ 12" DEEP FULL DEPTH AC. 12 REMOVE, SALVAGE AND REINSTALL EXISTING FIRE HYDRANT (TO MATCH EXISTING LOCATION) TO NEW FINISHED GRADE PER CNB DWG. NO. STD -500-L. / 20 REPAINT RED CURB. LOCATION TO MATCH EXISTING. LENGTH AS SHOWN ON PLAN. APPROVED: �DATE: tl Z! ` 21 INSTALL THERMOPLASTIC 12" SOLID WHITE LIMIT LINE (STOP LINE) PER CALTRANS STD PLAN A24E. LENGTH AS SHOWN ON PLAN. JAMES M. HOULIHAN, PE, DEPUTY PUBLIC WORKS DIRECTOR! CITY ENGINEER 22 INSTALL THERMOPLASTIC WHITE PAVEMENT MARKING "STOP" PER CALTRANS STD PLAN A24D. 23 REPLACE EXISTING SIGN, POST AND FOOTING IN-KIND. SHEETS 5, 9, 12, 16, 18 & 21 24 INSTALL NEW SIGN, POST AND FOOTING. SIGN TYPE PER PLAN. SHEET 6, 10, 13, 17, 19 & 23 50 CONSTRUCT 12" PVC (SDR -35) STORM DRAIN PIPE PER DETAIL B ON SHEET 2 FOR CONCRETE BACKFILL. fOGfWgTfRgVf ♦+•r•r•r•'r SHEET 11, 14, 17, 20 & 24 51 CONSTRUCT JUNCTION STRUCTURE PER CNB DWG. NO. STD -310-L ON SHEET 4. O �Pp�J * •• ••r 52 REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT CURB INLET TYPE OS PER CNB DWG. NO. STD -306-L. QJ ' o i ��♦� 53 CONSTRUCT PCC LOCAL DEPRESSION PER CNB DWG. NO. STD -304-L (L=3.5'). JFK • -,• r� 0. �•� 54 CONNECT NEW PVC PIPE TO EXISTING CONCRETE CATCH BASIN PER MODIFIED CNB DWG NO. STD -303-L ON SHEET 3. OOPJO �' s O 55 REMOVE AND RECONSTRUCT AFFECTED PORTIONS OF LOCAL DEPRESSION, TO NEAREST JOINT PER CNB DWG. NO. STD -304-L. DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY-COATED DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC GUTTER. a Az i i 56 INSTALL STORM DRAIN CLEANOUT PER DETAIL 56 ON SHEET 4. of • r • INSTALL 12" WYE. USE ADDITIONAL FITTINGS AS NEEDED FOR INCOMING PIPE ANGLE. AV AV A-7 r r o r • r ♦ r o DISPOSITION NOTES r • • • • • • o y BAY 0 © PROTECT IN PLACE EXISTING IMPROVEMENT (TYPE PER PLAN). �7 DEMO & REMOVE EXISTING PCC SIDEWALK (TO INSTALL NEW PARKWAY PER LANDSCAPING PLANS 1•••r.• NAVE to _ y ❑1 ADJUST MANHOLE FRAME AND COVER TO GRADE. )• AV ♦ o �•rp• ♦ • = h ❑2 REMOVE EXISTING AND INSTALL NEW CITY WATER VALVE BOX ® DISPOSITION/PROTECTION OF EXISTING TREE PER LANDSCAPE ARCHITECTURAL PLANS. •••••rj Q r•� i AND COVER TO GRADE. ❑9 LOCATION OF EXISTING "THROUGH CURB DRAIN". WHERE PROPOSED FLOWLINE IS �' 3 �••r•r i co: ❑3 ADJUST PULL13OX TO GRADE BY OTHERS (UTILITY OWNER PER PLAN). ABOVE EXISTING FLOWLINE, RECONSTRUCT "THROUGH CURB DRAIN" (FROM CURB •• FACE TO PROPERTY LINE ONLY) PER CITY OF NEWPORT BEACH STANDARD BALBDgBLV D r 3A ADJUST VAULT TO GRADE BY OTHERS (UTILITY OWNER PER PLAN). STD -184-L. ENSURE 1.5" MIN CONCRETE COVER OVER PIPE THROUGH CURB. REMOVE AND DISPOSE OF EXISTING TREE (TYPE PER PLAN). 10 REMOVE EXISTING INLET. REMOVE EXISTING AND INSTALL NEW WATER METER FRAME AND 0® REMOVE EXISTING INLET AND BACKFILL TO NEW GRADE. 3Q 5co yyg COVER TO GRADE. ADJUST UTILITY COVER TO GRADE (BY OTHERS). 11 ADJUST EXISTING INFILTRATION CATCH BASIN TO GRADE. 0 ADJUST EXISTING AIR VENT TO GRADE (BY OTHERS). �` 04� SHEET INDEX P' 1 TITLE SHEET 15 STORM DRAIN PLAN - LATERAL PROFILES LOCATION AND SHEET INDEX MAP 2 TYPICAL SECTIONS &DETAILS QQy 3 DETAILS 16 SIGNING AND STRIPING PLAN N 6TH STREET (BALBOA BOULEVARD TO EAST BAY AVE) AND NOT TO SCALE 4 DETAILS ANADE AVE (EAST BAY AVE TO EDGEWATER AVE) o 5 UNDER SIDEWALK DRAIN PLAN - ANADE AVE 17 SIGNING AND STRIPING PLAN EMERGENCY TELEPHONE NUMBERS 6 UNDER SIDEWALK DRAIN PLAN - MONTERO AVE MONTERO AVE (EAST BAY AVE TO EDGEWATER AVE) AND 7 6TH STREET CURB RAMP DETAILS ALVARADO AVE (EAST BAY AVE TO EDGEWATER AVE) DAY NIGHT 8 STREET PLAN - 6TH ST (BALBOA BLVD TO EAST BAY AVE) 18 LANDSCAPE PLANTING PLAN - ANADE AVE (EAST BAY AVE TO EDGEWATER AVE) 3 SOUTHERN CALIFORNIA GAS COMPANY (800) 624-8153 9 STREET PLAN - ANADE AVE (EAST BAY AVE TO EDGEWATER AVE) 19 LANDSCAPE PLANTING PLAN - MONTERO AVE (EAST BAY AVE TO EDGEWATER AVE) SOUTHERN CALIFORNIA EDISON COMPANY (800) 611-1911 10 STREET PLAN - MONTERO AVE EAST BAY AVE TO EDGEWATER 0 LANDSCAPE PLANTING PLAN - ALVARADO PL (EAST BAY AVE TO EDGEWATER AVE AT&T TELEPHONE COMPANY (800) 332-1321 ( AVE)) 21 LANDSCAPE PLANTING LEGEND, NOTES AND DETAILS ) CITY OF NEWPORT BEACH UTILITIES DIVISION (949) 644-3011 (949) 644-3717 11 STREET PLAN - ALVARADO PL (EAST BAY AVE TO EDGEWATER AVE) 22 LANDSCAPE IRRIGATION PLAN , ANADE AVE (EAST BAY AVE TO EDGEWATER AVE) o ORANGE COUNTY SANITATION DISTRICT (714) 962-2411 12 STORM DRAIN PLAN - ANADE AVE EAST BAY AVE TO EDGEWATER AVE)TIME WARNER CABLE (714) 542-6222 ( 23 LANDSCAPE IRRIGATION PLAN - MONTERO AVE (EAST BAY AVE TO EDGEWATER AVE) COX COMMUNICATIONS (949) 546-2757 13 STORM DRAIN PLAN - MONTERO AVE (EAST BAY AVE TO EDGEWATER AVE) 24 LANDSCAPE IRRIGATION PLAN - ALVARADO PL (EAST BAY AVE TO EDGEWATER AVE) SBC (FORMERLY PAC BELL) (714) 237-6040 14 STORM DRAIN PLAN - ALVARADO PL(EAST BAY AVE TO EDGEWATER AVE) 25 LANDSCAPE IRRIGATION NOTES AND DETAILS C-7184-2 F DATE: 11/18/19 APPROVAL RECOMMENDED: APPROVAL RECOMMENDED: APPROVAL RECOMMENDED: APPROVAL RECOMMENDED: TITLE SHEET o� Cannon QROFESSIpv Zn DRAWN: w JD/DM/NP CONCRETE STREET PAVEMENT RECONSTRUCTION m MICAH MARTIN MARK VUKOJEVIC, PE ICH L J. SIN`ACORI, PE ANTONY PE w o UNDER THE SU VISION OF: No. osa4zo DESIGNED: DEPUTY PUBLIC WORKS DIRECTOR UTILITIES DIRECTOR ASSISTANT CITY ENGINEER CITY TRAFFIC ENGINEER 6TH STREET, ANADE AVENUE, MONTERO AVENUE, AND ALVARADO PLACE w 0 �Tv C1V1` ��\P CHECKED:M/NP MUNICIPAL OPERATIONS CITY OF NEWPORT BEACH R -6098-S �ON a ER �'. 11/18/19 OF CP1-�F� / _ o LEVE GARY S X A. ONA R.C.E 68420 DATE GS DATE: DATE: �! 20 �� DATE: !!`Zo-%9 DATE: 11-Z0 -/i PUBLIC WORKS DEPARTMENTSHEET 1 OF 25 0 U L� W'LY R/W I 1 * 1 7 ,l U 1 w 1 II< P EX SW I *2O OR P EX CURB L 17' PROP PCC QQ� VARIES 0.88% T,= 43% ST � 1 (17' PROP FS AT ST CL PER PROFILE EX ,0 1 PCC FS '0 O,0 VARIES .O�qy 0.95% TO 2.35% 6TH STREET E'LY R/W (8') 1 I 1 I � IU w 1 II L EX SW P 'I EX CURB I — I * LOCATION PER PLAN BALBOA AVENUE TO EAST BAY AVENUE N TS W'LY E'LY R/W ST R/W 1 (8') (17') (17') (8') 1 4' 4' 4' 4' SW PKWPROP FS KW SW ** AT ST CL ** I ,y PROP PER PROFILE I PCC FS IXEX PCC FS w VARIES VARIES -11 0.88%T= .48% 0.48_ 2.00% II- ° < A ° I EX SW[fl EX SW �, � p P 1A 50 EX CURB P EX CURB p ANADE AVENUE EAST BAY AVENUE TO STA 11+00f *LOCATION PER PLAN AND SEE LANDSCAPE PLAN FOR STA 14+58f TO EDGEWATER AVENUE AREA WHERE PROPOSED NTS PARKWAY IS LOCATED W'LY R/W I _ (8 3A I PROP SW FS �I EX FS UNDER SIDEWALK - DRAIN EX SW * LOCATION PER PLAN SEE LANDSCAPE PLAN FOR AREA WHERE PROPOSED PARKWAY IS LOCATED ST � 17' 17' noon rn ANADE AVENUE STA 11+00f TO STA 14+58f N TS E'LY R/W 8') I PROP SW FS r-- EX FS UNDER SIDEWALK \ - DRAIN EX SW FS W'LY R/W 1 (8') 4' 4 SW ** 1 1 I � U 1 �x 1 d ° I Q OR P EX SW r- aLX CURB *LOCATION PER PLAN **SEE LANDSCAPE PLAN FOR AREA WHERE PROPOSED PARKWAY IS LOCATED W'LY R/W 4' 4' SW PKWY 1 ** 1 Lj-- I � 1 2% Of 1 TYP. d 03 * ORP" *LOCATION PER PLAN **SEE LANDSCAPE PLAN FOR AREA WHERE PROPOSED PARKWAY IS LOCATED E'LY ST ITE R/W (17') 1 (17') (8') i 1 4' 4' PROP FS AT ST CL KW SW PROP PER PROFILE ** PCC FS I EX ,0 1 PCC FS ,o��p w 1 VARIES VARIES 0.48% TO 2.52% 0.08 TO 2.06 "EXCURB P OR 1A 50 MONTERO AVENUE EAST BAY AVENUE TO 11+82.11 AND 12+42.75 TO EDGEWATER AVENUE NTS E'LY ST R/W (17') (17') (8') i 14' 4' PROP TC PROP FS AT ST CL PKWY SW PER PROFILE 1 PER PROFILE PROP EX ,o u I PCC FS PCC FS �O<c•O,0 x 2% 1 Q �Q� VARIES �Al w TYP. 1 1.64% TO 1.70% _ 1.999; - q� fF- EX SW P OR * 3 '\\\_EX CURB P 1A 50 MONTERO AVENUE 11+82.11 TO 12+42.75 N TS 12" MIN ° d ° d PIPE 12" MIN 6" MIN I PIPE O.D. TO 12" MAX CONCRETE "RIGID" PAVEMENT PER PLAN EXTEND 2—SACK CONCRETE BACKFILL TO BOTTOM OF RIGID PAVEMENT CONCRETE BACKFILL 6" MIN TO 12" MAX NOTES: 1. AFTER PLACEMENT OF PIPE AND PRIOR TO CONCRETE BACKFILL, CONTRACTOR SHALL VERIFY INVERTS AND GRADE OF PIPE. 2. CONCRETE TRENCH BACKFILL SHALL BE MIN 2500 PSI. 3. PIPE SHALL BE SECURED IN PLACE TO KEEP LINE AND GRADE WHILE CONCRETE BACKFILL IS PLACED AND UNTIL THE CONCRETE HAS SET. 4. CONTRACTOR IS RESPONSIBLE FOR METHODOLOGY TO PREVENT FLOATING OF PIPE. CONCRETE PIPE BACKFILL NTS CONSTRUCTION NOTES U REMOVE EXISTING AND CONSTRUCT 8" THICK PCC STREET PAVEMENT OVER COMPACTED SAND PER CNB DWG. NO. STD -109-L AND TYPICAL SECTIONS ON SHEET 2. 1A CONSTRUCT VARIABLE DEPTH CRUSHED MISCELLANEOUS BASE AS NEEDED. O REMOVE EXISTING AND CONSTRUCT PCC CURB (TYPE B) PER CNB DWG. NO. STD -182-L (CF HEIGHT TO MATCH EXISTING). 03 REMOVE EXISTING AND CONSTRUCT 4" THICK PCC SIDEWALK PER CNB DWG. NO. STD -180-L 3A REMOVE EXISTING SIDEWALK AND/OR LANDSCAPING AND CONSTRUCT PCC SIDEWALK PER MODIFIED CNB DWG. NO. STD -180-L. MODIFICATION: 8" THICK PCC. 7O REMOVE EXISTING PAVERS AND CONSTRUCT 4" THICK PCC SIDEWALK PER CNB DWG. NO. STD -180-L. O SAWCUT, REMOVE EXISTING AND CONSTRUCT TYPE "B" PCC CURB ONLY (CF HEIGHT VARIES 4" MIN. TO 8" MAX.) PER CNB DWG. NO. STD -182-L. @)CONSTRUCT 12" PVC (SDR -35) STORM DRAIN PIPE PER DETAIL B ON SHEET 2 FOR CONCRETE BACKFILL. DISPOSITION NOTES © PROTECT IN PLACE. 2-#4 BARS B @ 2' (TYP) F C BULB ANGLE INLET , —� - 12 W'LY I ' I�i4 @ 12'EE E'LY { -300-L RW STS RW �1; � #4 0 12' ° L .A7- i (TYP,)Q A OPTIONAL n'.F7#4 @`12' > #4 @ 6' J°INT (17') 1 (17') (8') 1 SCORING LINE J CURB ANCHORS e ° 4' 4 .� .; 4 4 SW KW 1 KW SW � ,_______________=____--______________----------{__, 3 °' OL CURB SUPPORT 4' RADIUS t t 1 ** PROP FS AT ST CL ** 1 4' RAD, lB SEE ETD -316-1 �C PROTECTION BAR 1 PROP PER PROFILE 1 �/ OUTLET SEE STD, -316-L SECTION C -C PCC FS SHOWN ON PLANS PLAN - INLET T YPE OL I v EX .O V I STATION POINT x1 PCC FS �OFO,0 w 1 �/0 1 E #4 @ 12' 12 VARIES VARIES Zqy-i - Q Q�� 0.96% To 2. 07% 0.15% T_2 223 L t 3'-6' t VARIES II #4 @ 12' H EX SW °a ° ° EX SW'a. .i_T #=a�^7..Ta;T- P ir . .. ^.: 1-1/2' CLR, 8' OR LESS 6' 8'-1' TO 20' 8' EX CURB EX CURBP 8 OR P 1A MIN, SLOPE. 107 f— NOTE, - :4 d..'..'.'_...'d. e:... FOR GENERAL NOTES AND LOCAL 50 DEPRESSION SEE STD, -304-L, * LOCATION PER PLAN ALVARADO PLACE 'z.3 NOTE; ' STANDARD OPENING LENGTHS ARE,, a. " :.e!r:: �; 10'; 14' AND 21' EAST BAY AVENUE TO EDGEWATER AVENUE (OTHER LENGTHS MAY BE USED) NTS STD, FRAME & COVER SEC TION A —A SEE NOTE 6, STD -304-L FACE PLATE ASSEMBLY BSEE STD, -316-L 1/4' RAD, ANCHOR CURB FACE t 3'-6' t PLUS 2' 2-#4 BARS � L @ 2' (TYP) 1' CLR, —{ BOTHSIDES 1-1/2' #4 @ 12' UC,, #4 @ 12' 0C, r CLR BOTHWAY STEPS SEE 1'CLR 3-#4 @ 3' STD, -404-L BOTHWAYS 1-1/2' CLR, #4 @ 6' _ 3' R ANCHOR SCORING LINE .... --� t 4' RADIUS B 4' RADIUS (TYP) OUTLET LA SECTION B -B PLAN - INL E T T YPE OS REFF, STDS 300-L; 304-L; AND 404-L, REV, 9/93 CITY ❑E NEWP❑RT BEACH APPROVED- PUBLIC WORKS DEPARTMENT CURB INLET TYPE OL RCf,CNO, 0806 PUBLIC WORKS CURB INL E T T YPE DE LIAIL 15 Nov 1993 SCALE N, T,S, DRAWN M, GRACIA ST -D—=6 —L C-7184-2 W A HB A B,C, EL,'P' B,C, -P 'Y' .TYP SIDEWAL O LINE . W 3/8' EXPANSION JOINT MA TI, ITYP) L4 B PLAN TYPE A A B A B,C, ,L, 'Y' .TYP 8��7 SIDEWALK 0 PE L` ON LINE 3/8' EXPANSIDNB J01NT MAT'L, (TYP) W W/2 W/2 SECTION A -A W A B A B,C, EL,'P' B,C, R M 'Y' .TYP SIDEWAL _ LCJFLOLINE-, Lei 3/8' EXPANSION B JOINT MAT'L, (TYP) PLAN W M � SECTION A -A TYPE B ALLEY PARKWAY AND CROSS VARIES SIDEWALK SLOPE SLOPE y D'CF 2'_0• .SF,C;'TTnN R -R APPLIES TO TYPES A, B, & C APPROACHES R 3/8' EXPANSION r CL ALLEY T ^ W X JT, MAT'L, r APPLIES TO TYPES A & C APPROACHES #4 @ 18' OC, MAX, Drawn: M.Cracia STD -300-L OR STD -316-L NOTES: BULB ANGLE INLET E BARS - 2 ABOVE AND C BARS L V Q'. 2 BELOW OPENING VARIABLE CURB FACE 1' CURB FACE FROM THE LOWER OUTER EDGE PLAN 2 THE RADIUS OF THE CURB RETURN SHALL BE EQUAL CURB INLET STRUCTURE TO THE PARKWAY WIDTH BUT NOT GREATER THAN 10. DRIVEWAY i 3, CONCRETE SURFACE FOR 6' ON EACH SIDE OF A X a.. S 9 3' RA S (SEE NOTE 3) Q' B T W O'C.F, EXCEPT BETWEEN THE PROPERTY LINE & THE GUTTER RIES FLOW LINE I 12' FLDW LINE CURB FACE 2 FEET, a 5, ALLEY APPROACH SHALL BE 6' THICK PORTLAND ELEVATION CEMENT CONCRETE UNLESS OTHERWISE SPECIFIED, 6, 'Y' SHALL BE A MINIMUM OF 3, AND A MAXIMUM E BARS - 2 ABOVE AND #4 @ 6' OC, OF 5, 2 BELOW OPENING I- SEE TABLE BELOW APPLICABLE AS REQ'D TO TYPES A, B, & C APPROACHES 7, CONCRETE SHALL BE 560-C-3250 #4 @ 18' UC, MAX, #4 @ 18' O,C, MAX, REV. 112003 MW R V, 9/93 BARS SECTION A -A APPROVED: �.� o J OR COLD JOINT-,, ALLEY APPROACHES MATCH NORMAL STREET GRADE NOTES. PLAN Date. 7 SEPT. 1994 1 Scale: N.T.S. TYPES A. B. AND C \U \ W\ hared\ A _ \ Drown by. M. GRA CIA STD Detnils\2003_Std 1. REINFORCING STEEL SHALL BE 1-1/2' CLEAR FROM 'H' DEPTH FOR ALL BOXES IS 3'-6' UNLESS OTHERWISE SPECIFIED, 2, FACE OF CONCRETE UNLESS OTHERWISE SHOWN, 3, HEIGHT OF CURB OPENING WILL VARY WITH THE TYPE OF CURB AND SHALL BE 2' GREATER THAN 2 REINFORCING STEEL FOR INSIDE FACE OF CURB INLET CURB FACE USE FACE PLATE SHOWN ON STD -316-L, 4, PLAN -CORNER CONNEC TION BASIN SHALL BE CUT AT CENTER OF OPENING AND BENT X' OF BOX UNLESS OTHERWISE SHOWN, INTO WALLS OF MONOLITHIC CONNECTION, REINFORCING STEPS; NONE REQUIRED WHERE 'H' IS 3'-6' OR LESS, INSTALL ONE STEP 16' ABOVE FLOOR STEEL FOR OUTSIDE FACE OF CATCH BASIN WALL SHALL SHALL BE EVENLY SPACED AT 12' INTERVALS FROM 16' ABOVE FLOOR TO WITHIN 12' OF THE TOP BE CUT 2' CLEAR OF OPENING, OF THE BOX, PLACE STEPS IN WALL WITHOUT PIPE OPENINGS, SEE STD -404-L, 6, 3, CONNECTION SHALL BE POURED MONOLITHIC WITH CURB FOUNDRY #A-1530 OR EQUAL WITH LOCKING DEVICE AND LETTER 'D' ON NAME PLATE. INLET ..._ ..-- --- ---- - -01-0-0 CURB SECTION SHALL MATCH ADJACENT CURB. SURFACE OF ALL CONCRETE SHALL CONFORM IN SHAPE, 4. ALL REBAR SHALL BE EPDXY COATED. TO THE BASIN 5. PROVIDE WATERSTOP JOINT BETWEEN PIPE EXCEPT FOR INLETS USED AS JUNCTION BOXES, BASIN FLOORS SHALL HAVE A MINIMUM SLOPE ANGLE A 9, GALVANIZING; ALL EXPOSED METAL SHALL BE HOT DIP GALVANIZED AFTER FABRICATION ray AND CATCHBASIN WALL OUTLET PIPE SHALL BE TRIMMED TO THE FINAL SHAPE BEFORE CONCRETE IS POURED, 11, ��S 12' 12' 5. CUT PORTRUDING PIPE FLUSH TO INSIDE MIN, 34% MIN, OF CATCHBASIN 5) 12, THE FLOOR OF ALL INLETS SHALL BE GIVEN A STEEL-TROWL FINISH, 13, STANDARD OPENING LENGTHS (L) ARE 3`6, 7, 10, 14, AND 21 FEET �\ B T ARS BARS B T BARS BARS 12' 4' 42' 7 1/2' PUBLIC WORKS DEPARTMENT #4 @ 18' 45' 7 3/4' OC. MAX, 18' 4 1/2' 48' 8' R,CE.CTOR NO. �806UBLIC AND INLET GENERAL NOTES C BARS 21' 5' 51' 8112, SCALE NTS, 24' 51/4' 0 54' 9' oa DRAWN GWW STD -304-L 27" 51/2'110 � 57' 91/4' :o 30' 6' `n 60' 91/2' 33' 6 1/4' 63' 10' PLAN - SIDE CONNECTION 36' 61/2' 66' lL 39' 7' 69' 10 3/4' 31 REV, 9/93 1 1 72' 11' CITY OF NEWPORT BEACH APPROVED; PUBLIC WORKS DEPARTMENT CONNEC TION TO CURB INL E T DIRECTOR OF PUBLIC WORKS R,C,E, NO, 36106 F- 0 R P I R E E SCALE N, T, S, 12 INCHES TO 72 INCHES MODIFIED STD -3O3 -L W A HB A B,C, EL,'P' B,C, -P 'Y' .TYP SIDEWAL O LINE . W 3/8' EXPANSION JOINT MA TI, ITYP) L4 B PLAN TYPE A A B A B,C, ,L, 'Y' .TYP 8��7 SIDEWALK 0 PE L` ON LINE 3/8' EXPANSIDNB J01NT MAT'L, (TYP) W W/2 W/2 SECTION A -A W A B A B,C, EL,'P' B,C, R M 'Y' .TYP SIDEWAL _ LCJFLOLINE-, Lei 3/8' EXPANSION B JOINT MAT'L, (TYP) PLAN W M � SECTION A -A TYPE B ALLEY PARKWAY AND CROSS VARIES SIDEWALK SLOPE SLOPE y D'CF 2'_0• .SF,C;'TTnN R -R APPLIES TO TYPES A, B, & C APPROACHES R 3/8' EXPANSION r CL ALLEY T ^ W X JT, MAT'L, r APPLIES TO TYPES A & C APPROACHES r Drawn: M.Cracia STD -300-L OR STD -316-L NOTES: BULB ANGLE INLET FLOW LINE W L V Q'. 1, EL EV, 'P' IS 3' BELOW A LEVEL LINE EXTENDED VARIABLE CURB FACE 1' CURB FACE FROM THE LOWER OUTER EDGE PLAN 2 THE RADIUS OF THE CURB RETURN SHALL BE EQUAL CURB INLET STRUCTURE TO THE PARKWAY WIDTH BUT NOT GREATER THAN 10. DRIVEWAY i 3, CONCRETE SURFACE FOR 6' ON EACH SIDE OF A X FLOW LINE SHALL BE GIVEN A STEEL TROWEL FINISH W O'C.F, EXCEPT BETWEEN THE PROPERTY LINE & THE GUTTER A FLOW LINE I 4, 'M' SHALL BE EQUAL TO W/5, BUT NOT LESS THAN FLDW LINE CURB FACE 2 FEET, 5, ALLEY APPROACH SHALL BE 6' THICK PORTLAND ELEVATION CEMENT CONCRETE UNLESS OTHERWISE SPECIFIED, 6, 'Y' SHALL BE A MINIMUM OF 3, AND A MAXIMUM DRIVEWAY ADJACENT TO ALLEY INTERSECTION OF 5, APPLICABLE AS REQ'D TO TYPES A, B, & C APPROACHES 7, CONCRETE SHALL BE 560-C-3250 REV. 112003 MW R V, 9/93 jj+�' Nj�e�ii'� �W1 RR Re�ii CITXB(?k 1 O&) SPD9PRLR�•I�CH APPROVED: �.� o J OR COLD JOINT-,, ALLEY APPROACHES MATCH NORMAL STREET GRADE RCE NO. 36106 �,---MB IC WORKS DIRECTOR PLAN Date. 7 SEPT. 1994 1 Scale: N.T.S. TYPES A. B. AND C \U \ W\ hared\ A _ \ Drown by. M. GRA CIA STD Detnils\2003_Std 'H' DEPTH FOR ALL BOXES IS 3'-6' UNLESS OTHERWISE SPECIFIED, 2, DRAWING NO. STD- 142-L 3, HEIGHT OF CURB OPENING WILL VARY WITH THE TYPE OF CURB AND SHALL BE 2' GREATER THAN 'L GUTTER I I REMOVE AND REPLACE ¢ I I CURB LINE IF 5 OR LESS TYP EXISTING JOINT CRACK, OR BREAK PLAN CURB OPENING I FOR 8"C. F. 4' APPROACH BOTTOM (W) 4' VARIES FOR 6 T. F. 3' SEE NOTE 4 3 I� X X TOP I F CURB Ci NL- GUTTER F ELEVATION 2" OR MATCH EXIST. SIDEWALK R VARIES VARIABLE I SIDEWALK ~� I- 4' MIN. 1' r AC ABOVE GUTTER 3/8" 2 MIN. II 4. - 1' WIDE BY 1' DEEP L 6" THICK AC PATCH BACK P. C. C. EXIST AC SECTION A -A NOTES: * 4" WITH ENGINEER'S 1. WHEN REMOVING EXISTING SIDEWALK, CURB AND GUTTER, SAWCUT AND REMOVE TO NEAREST APPROVAL FOR EXISTING JOINT WITHIN 5 FEET BEYOND OPENING. NON-STANDARD 2. SLOPED 'X" AREAS AND SLOPE DRIVEWAYS SHALL HAVE A COARSE BROOM FINISH. PAVERS J. CONCRETE SHALL BE 560-C-3250. 4. "W" SHALL BE MINIMUM OF 10' AND A MAXIMUM OF 20' EXCEPT IN CASE OF THREE CAR GARAGE WHERE "W" MAY EQUAL 25' OR 32' FOR A 4 CAR GARAGE. CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT i' l RCE NO. 36106 LIC WORKS DIRECTOR RESIDENTIAL DRIVEWAY Drawn: M.Wagner Scale: N.T.S. Date: Jan. 2004 P.,USSRo�B`I, ,-oo CAD STD. APPROACH TYPE I 0" DRAWING NO. STD- I V2 -L 6" F.L. OF PIPE 1/2" ABOVE GUTTER FLOW LINE R VARIABLE VARIABLE PARKWAY SIDEWALK 2 AB =SEEDETAIL "A" FOR TYPE OF DRAIN PIPE 1- DRAINS WITH SLOPE GREATER THAN 10% MAY REQUIRE AN ENERGY REDUCER. 2- ALL DRAINS MUST BE INSTALLED 90' TO THE CURB FACE UNLESS APPROVED BY THE CONSTRUCTION ENGINEER. INSTALL POLYETHYLENE PLASTIC ELEVATION JOINT MATERIAL "QUICK -JOINT" OR EQUAL 1-1/2" MIN. 1-1/2" MIN. INSTALL POLYETHYLENE COVER CO ER PLASTIC JOINT MATERIAL "QUICK JOINT" OR EQUAL . IV. <O � \::p. 2" MIN. 9" 6" 2" MIN. 9" 6 SECTION A -A SECTION A -A RESIDENTIAL COMMERCIAL NOTE: IF CURB/GUTTER IS REMOVED JOIN TO THE NEAREST JOINT WITHIN TWO FEET. �6" Topsoil or 4" concrete 6-1/4'* 4" MAX. OUTER DIAMETER 3" Perf. drain pipe class SDR 35 SCH 40 PVC pipe 18" Crushed Rock 3" P.V.C. (SCH. 40) PIPE OR EQUAL Filter Cloth RECTANGULAR CAST IRON Lap 6" -12 PIPE, ALHAMBRA FOUNDRY A-470 OR EQUAL DETAIL A SECTION "B -B" ALTERNATE TO DETAIL A DRAIN PIPE SECTIONS * OUTSIDE HUB DIMENSIONS CITY OF NEWPORT BEACH APPROVED:% _-�-. PUBLIC WORKS DEPARTMENT PRIVATE DRAINS RCE Drawn:. - ale:..._ Drawn: P. Arcmlega ••Scale: N.T.S. L I SLRS':PBN SI '.CAD _PI":. Date: June 2005/rev RO STD D,. 00' .m THROUGH CURB DRAWING NO. STD- 184-L �z o ¢9I W Q. ~ Q WJE .. •: .• � � V = ti z L a V25- if LLJ Q ` R, � U OIIti/I ❑ J W� Q j �l M �\j Z Q z 3 q F/mayLLJQ ❑ I_ oti w z f� 3� ti Q �o ti Z UU W Qq O � J z V T 3 JU T zz ZLQ . Z/1 ,air 1 J 3 U� U O J Uj ct�a� 3� JOQQ U b': ❑ Z 3 J W 01 W LLJ aW L� T 3 �Q Z 3 I jg,1 S �o r' REV. 6/2002 M. Wagner CIT)UBQff �QV gnlpCH APPROVED: -- i PLACEMENT OF JOINTS IN RCE NO. 36106 nBLIC WORKS DIRECTOR Date: 2 Mar 1993 Scale: N.T.S. P.C.C. STREET PAVEMENT Drawn by. M. GRACIA STD Detnlls\2003_Sid DRAWING NO. STD -109-L 6' 24' 1/2' R 3/8" LIP Q Q qTER OR 8' R1 B FACE 11 ZR 1/2' R O d . d � " L 1" R " 1' WIDE BY 1' DEEP AC PATCH BACK TYPE A P.C.C. CURB AND GUTTER (CURB FACE SHALL BE 6' UNLESS OTHERWISE NOTED) 6' 2, L 2, Drawn: M.Cracia STD -300-L OR STD -316-L Scale: N.T.S. BULB ANGLE INLET NORMAL GUTTER FL,� i -i 11111 CURB FACE L V Q'. STD D I I. _oo,_S,d - DRAWING NO. STD- I p °0 -L SECTION A -A CURB INLET STRUCTURE 2, L 2, A a o A I a N ZC0 SEC EN GU��ER o J OR COLD JOINT-,, MATCH NORMAL STREET GRADE P. C. C. APPROACH PLAN LOCAL DEPRESSION INLET GENERAL NOTES; 1. 'H' DEPTH FOR ALL BOXES IS 3'-6' UNLESS OTHERWISE SPECIFIED, 2, FOR 't' WALL THICKNESS, SEE TABLE OF INLET PLAN. 3, HEIGHT OF CURB OPENING WILL VARY WITH THE TYPE OF CURB AND SHALL BE 2' GREATER THAN CURB FACE USE FACE PLATE SHOWN ON STD -316-L, 4, REINFORCING STEEL SHALL BE #4 BARS @ 18' ArENTERS PLACED 1-1/2' CLEAR TO INSIDE X' OF BOX UNLESS OTHERWISE SHOWN, 5, STEPS; NONE REQUIRED WHERE 'H' IS 3'-6' OR LESS, INSTALL ONE STEP 16' ABOVE FLOOR WHEN 'H' IS MORE THAN 3'-6' AND LESS THAN 5'-0', WHERE 'H' IS MORE THAN 5'-D, STEPS SHALL BE EVENLY SPACED AT 12' INTERVALS FROM 16' ABOVE FLOOR TO WITHIN 12' OF THE TOP OF THE BOX, PLACE STEPS IN WALL WITHOUT PIPE OPENINGS, SEE STD -404-L, 6, MANHOLE SHALL BE PLACED ALONG BACKWALL, MANHOLE FRAME AND COVER SHALL BE ALHAMBRA FOUNDRY #A-1530 OR EQUAL WITH LOCKING DEVICE AND LETTER 'D' ON NAME PLATE. 7. CURB SECTION SHALL MATCH ADJACENT CURB. SURFACE OF ALL CONCRETE SHALL CONFORM IN SHAPE, GRADE, COLOR, FINISH, AND SCORING, TO EXISTING OR PROPOSED CURB AND WALK ADJACENT TO THE BASIN 8, EXCEPT FOR INLETS USED AS JUNCTION BOXES, BASIN FLOORS SHALL HAVE A MINIMUM SLOPE OF 12;3 FROM ALL DIRECTIONS TOWARD OUTLET PIPE, 9, GALVANIZING; ALL EXPOSED METAL SHALL BE HOT DIP GALVANIZED AFTER FABRICATION 10, OUTLET PIPE SHALL BE TRIMMED TO THE FINAL SHAPE BEFORE CONCRETE IS POURED, 11, PIPE(S) CAN BE PLACED IN ANY WALL, 12, THE FLOOR OF ALL INLETS SHALL BE GIVEN A STEEL-TROWL FINISH, 13, STANDARD OPENING LENGTHS (L) ARE 3`6, 7, 10, 14, AND 21 FEET REF, STD -300-L, STA -316-L REV. 9/93 APPROVED; PUBLIC WORKS DEPARTMENT WORKS LOCAL DEPRESSION DETAIL R,CE.CTOR NO. �806UBLIC AND INLET GENERAL NOTES DA TE 22 Sep 1993 SCALE NTS, DRAWN GWW STD -304-L 'L GUTTER I I REMOVE AND REPLACE ¢ I I CURB LINE IF 5 OR LESS TYP EXISTING JOINT CRACK, OR BREAK PLAN CURB OPENING I FOR 8"C. F. 4' APPROACH BOTTOM (W) 4' VARIES FOR 6 T. F. 3' SEE NOTE 4 3 I� X X TOP I F CURB Ci NL- GUTTER F ELEVATION 2" OR MATCH EXIST. SIDEWALK R VARIES VARIABLE I SIDEWALK ~� I- 4' MIN. 1' r AC ABOVE GUTTER 3/8" 2 MIN. II 4. - 1' WIDE BY 1' DEEP L 6" THICK AC PATCH BACK P. C. C. EXIST AC SECTION A -A NOTES: * 4" WITH ENGINEER'S 1. WHEN REMOVING EXISTING SIDEWALK, CURB AND GUTTER, SAWCUT AND REMOVE TO NEAREST APPROVAL FOR EXISTING JOINT WITHIN 5 FEET BEYOND OPENING. NON-STANDARD 2. SLOPED 'X" AREAS AND SLOPE DRIVEWAYS SHALL HAVE A COARSE BROOM FINISH. PAVERS J. CONCRETE SHALL BE 560-C-3250. 4. "W" SHALL BE MINIMUM OF 10' AND A MAXIMUM OF 20' EXCEPT IN CASE OF THREE CAR GARAGE WHERE "W" MAY EQUAL 25' OR 32' FOR A 4 CAR GARAGE. CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT i' l RCE NO. 36106 LIC WORKS DIRECTOR RESIDENTIAL DRIVEWAY Drawn: M.Wagner Scale: N.T.S. Date: Jan. 2004 P.,USSRo�B`I, ,-oo CAD STD. APPROACH TYPE I 0" DRAWING NO. STD- I V2 -L 6" F.L. OF PIPE 1/2" ABOVE GUTTER FLOW LINE R VARIABLE VARIABLE PARKWAY SIDEWALK 2 AB =SEEDETAIL "A" FOR TYPE OF DRAIN PIPE 1- DRAINS WITH SLOPE GREATER THAN 10% MAY REQUIRE AN ENERGY REDUCER. 2- ALL DRAINS MUST BE INSTALLED 90' TO THE CURB FACE UNLESS APPROVED BY THE CONSTRUCTION ENGINEER. INSTALL POLYETHYLENE PLASTIC ELEVATION JOINT MATERIAL "QUICK -JOINT" OR EQUAL 1-1/2" MIN. 1-1/2" MIN. INSTALL POLYETHYLENE COVER CO ER PLASTIC JOINT MATERIAL "QUICK JOINT" OR EQUAL . IV. <O � \::p. 2" MIN. 9" 6" 2" MIN. 9" 6 SECTION A -A SECTION A -A RESIDENTIAL COMMERCIAL NOTE: IF CURB/GUTTER IS REMOVED JOIN TO THE NEAREST JOINT WITHIN TWO FEET. �6" Topsoil or 4" concrete 6-1/4'* 4" MAX. OUTER DIAMETER 3" Perf. drain pipe class SDR 35 SCH 40 PVC pipe 18" Crushed Rock 3" P.V.C. (SCH. 40) PIPE OR EQUAL Filter Cloth RECTANGULAR CAST IRON Lap 6" -12 PIPE, ALHAMBRA FOUNDRY A-470 OR EQUAL DETAIL A SECTION "B -B" ALTERNATE TO DETAIL A DRAIN PIPE SECTIONS * OUTSIDE HUB DIMENSIONS CITY OF NEWPORT BEACH APPROVED:% _-�-. PUBLIC WORKS DEPARTMENT PRIVATE DRAINS RCE Drawn:. - ale:..._ Drawn: P. Arcmlega ••Scale: N.T.S. L I SLRS':PBN SI '.CAD _PI":. Date: June 2005/rev RO STD D,. 00' .m THROUGH CURB DRAWING NO. STD- 184-L �z o ¢9I W Q. ~ Q WJE .. •: .• � � V = ti z L a V25- if LLJ Q ` R, � U OIIti/I ❑ J W� Q j �l M �\j Z Q z 3 q F/mayLLJQ ❑ I_ oti w z f� 3� ti Q �o ti Z UU W Qq O � J z V T 3 JU T zz ZLQ . Z/1 ,air 1 J 3 U� U O J Uj ct�a� 3� JOQQ U b': ❑ Z 3 J W 01 W LLJ aW L� T 3 �Q Z 3 I jg,1 S �o r' REV. 6/2002 M. Wagner CIT)UBQff �QV gnlpCH APPROVED: -- i PLACEMENT OF JOINTS IN RCE NO. 36106 nBLIC WORKS DIRECTOR Date: 2 Mar 1993 Scale: N.T.S. P.C.C. STREET PAVEMENT Drawn by. M. GRACIA STD Detnlls\2003_Sid DRAWING NO. STD -109-L 6' 24' 1/2' R 3/8" LIP Q Q qTER OR 8' R1 B FACE 11 ZR 1/2' R O d . d � " L 1" R " 1' WIDE BY 1' DEEP AC PATCH BACK TYPE A P.C.C. CURB AND GUTTER (CURB FACE SHALL BE 6' UNLESS OTHERWISE NOTED) 6' '-PUBLIC WORKS DIRECTOR Drawn: M.Cracia 1/2' R Scale: N.T.S. L':USLRSPBN SI I`:CAD STD`. L V Q'. STD D I I. _oo,_S,d - DRAWING NO. STD- I p °0 -L BATTER a o a I a N WEAKEND PLANE JOINT o J OR COLD JOINT-,, P. C. C. APPROACH m �o z 'X o X' 'L GUTTER I I REMOVE AND REPLACE ¢ I I CURB LINE IF 5 OR LESS TYP EXISTING JOINT CRACK, OR BREAK PLAN CURB OPENING I FOR 8"C. F. 4' APPROACH BOTTOM (W) 4' VARIES FOR 6 T. F. 3' SEE NOTE 4 3 I� X X TOP I F CURB Ci NL- GUTTER F ELEVATION 2" OR MATCH EXIST. SIDEWALK R VARIES VARIABLE I SIDEWALK ~� I- 4' MIN. 1' r AC ABOVE GUTTER 3/8" 2 MIN. II 4. - 1' WIDE BY 1' DEEP L 6" THICK AC PATCH BACK P. C. C. EXIST AC SECTION A -A NOTES: * 4" WITH ENGINEER'S 1. WHEN REMOVING EXISTING SIDEWALK, CURB AND GUTTER, SAWCUT AND REMOVE TO NEAREST APPROVAL FOR EXISTING JOINT WITHIN 5 FEET BEYOND OPENING. NON-STANDARD 2. SLOPED 'X" AREAS AND SLOPE DRIVEWAYS SHALL HAVE A COARSE BROOM FINISH. PAVERS J. CONCRETE SHALL BE 560-C-3250. 4. "W" SHALL BE MINIMUM OF 10' AND A MAXIMUM OF 20' EXCEPT IN CASE OF THREE CAR GARAGE WHERE "W" MAY EQUAL 25' OR 32' FOR A 4 CAR GARAGE. CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT i' l RCE NO. 36106 LIC WORKS DIRECTOR RESIDENTIAL DRIVEWAY Drawn: M.Wagner Scale: N.T.S. Date: Jan. 2004 P.,USSRo�B`I, ,-oo CAD STD. APPROACH TYPE I 0" DRAWING NO. STD- I V2 -L 6" F.L. OF PIPE 1/2" ABOVE GUTTER FLOW LINE R VARIABLE VARIABLE PARKWAY SIDEWALK 2 AB =SEEDETAIL "A" FOR TYPE OF DRAIN PIPE 1- DRAINS WITH SLOPE GREATER THAN 10% MAY REQUIRE AN ENERGY REDUCER. 2- ALL DRAINS MUST BE INSTALLED 90' TO THE CURB FACE UNLESS APPROVED BY THE CONSTRUCTION ENGINEER. INSTALL POLYETHYLENE PLASTIC ELEVATION JOINT MATERIAL "QUICK -JOINT" OR EQUAL 1-1/2" MIN. 1-1/2" MIN. INSTALL POLYETHYLENE COVER CO ER PLASTIC JOINT MATERIAL "QUICK JOINT" OR EQUAL . IV. <O � \::p. 2" MIN. 9" 6" 2" MIN. 9" 6 SECTION A -A SECTION A -A RESIDENTIAL COMMERCIAL NOTE: IF CURB/GUTTER IS REMOVED JOIN TO THE NEAREST JOINT WITHIN TWO FEET. �6" Topsoil or 4" concrete 6-1/4'* 4" MAX. OUTER DIAMETER 3" Perf. drain pipe class SDR 35 SCH 40 PVC pipe 18" Crushed Rock 3" P.V.C. (SCH. 40) PIPE OR EQUAL Filter Cloth RECTANGULAR CAST IRON Lap 6" -12 PIPE, ALHAMBRA FOUNDRY A-470 OR EQUAL DETAIL A SECTION "B -B" ALTERNATE TO DETAIL A DRAIN PIPE SECTIONS * OUTSIDE HUB DIMENSIONS CITY OF NEWPORT BEACH APPROVED:% _-�-. PUBLIC WORKS DEPARTMENT PRIVATE DRAINS RCE Drawn:. - ale:..._ Drawn: P. Arcmlega ••Scale: N.T.S. L I SLRS':PBN SI '.CAD _PI":. Date: June 2005/rev RO STD D,. 00' .m THROUGH CURB DRAWING NO. STD- 184-L �z o ¢9I W Q. ~ Q WJE .. •: .• � � V = ti z L a V25- if LLJ Q ` R, � U OIIti/I ❑ J W� Q j �l M �\j Z Q z 3 q F/mayLLJQ ❑ I_ oti w z f� 3� ti Q �o ti Z UU W Qq O � J z V T 3 JU T zz ZLQ . Z/1 ,air 1 J 3 U� U O J Uj ct�a� 3� JOQQ U b': ❑ Z 3 J W 01 W LLJ aW L� T 3 �Q Z 3 I jg,1 S �o r' REV. 6/2002 M. Wagner CIT)UBQff �QV gnlpCH APPROVED: -- i PLACEMENT OF JOINTS IN RCE NO. 36106 nBLIC WORKS DIRECTOR Date: 2 Mar 1993 Scale: N.T.S. P.C.C. STREET PAVEMENT Drawn by. M. GRACIA STD Detnlls\2003_Sid DRAWING NO. STD -109-L 6' 24' 1/2' R 3/8" LIP Q Q qTER OR 8' R1 B FACE 11 ZR 1/2' R O d . d � " L 1" R " 1' WIDE BY 1' DEEP AC PATCH BACK TYPE A P.C.C. CURB AND GUTTER (CURB FACE SHALL BE 6' UNLESS OTHERWISE NOTED) 6' 1' WIDE BY I' DEEP AC PATCH BACK TYPE B P.C.C. CURB 1, GUTTER SURFACE WITHIN 4' OF FLOWLINE SHALL BE GIVEN A STEEL TROWEL. (APPLIES TO TYPE 'A' CURB) 2, PREFORMED 3/8' THICK EXPANSION FILLER SHALL BE INSTALLED IN ALL TYPES OF CURB AT THE BC, AND E,C OF RETURNS, AT INTERVALS OF 60' BETWEEN RETURNS AND AT THE ENDS OF DRIVEWAYS, SIMILAR EXPANSION JOINTS SHALL BE INSTALLED IN ALL GUTTERS ADJOINING CURB, WEAKENED PLANE JOINTS SHALL BE FORMED AT INTERVALS OF 20' BETWEEN RETURNS, (APPLIES TO TYPES 'A", 'B', AND "C' CURBS), 3, CONCRETE SHALL BE 560-C-3250, 4, EMD17TH TROWL THE TDP 4 -INCH DF THE BACK DF CURB. CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT RCF. NO. 36106 BLIC WORKS DIRECTOR STANDARD CURB SECTIONS Drawn: M.Gracia Scale: N.T.S. L IISERS PRN ,- SId`:( AD STD'. TYPES"All AND IIB 11 Date: Nov. 1993 sIUD I i ,zoo3_sld DRAWING NO. STD- 182-L CURB FACE 10' OR VARIES 3/8' EXPANSION JOINT 2' MATERIAL (TYP) CURB ACCESS RAMP SHALL COMPLY WITH CURRENT ADA REQUIREMENTS CURB RETURN AREA R )K R=15' FOR LOCAL STREETS AND 25' FOR ARTERIAL STREETS UNLESS OTHERWISE SPECIFIED )E A 10' FOR MAJOR, 10' FOR PRIMARY, AND 8' FOR SECONDARY STREETS UNLESS OTHERWISE SHD61N CONCRETE SHALL BE 560-C-3250 IL/ 11riL.HL 2' OR 4mie X MATCH SLOPE 2% MAX, EXIST, , d a LANDSCAPE PARKWAY WITH } = STREET TREES REQUIRED J WHEN DISTANCE FROM CURB 4' MIN, PCC, TO PROPERTY LINE EXCEEDS 6 IN TYPICAL SECTION AREAS.T CONCR TEENTIAL SIDEWALK IN COMMERCIAL AREAS WITH STREET TREES WEAKENED PLANE J01NTS 1-1/4' SAWED, QUICK -JOINT OR EQUAL 8' 8' 8' S' 8' 8' 8' 8' 3/8' EXPANSION JOINT MATERIAL PLANTING OR CONCRETE WALK WEAKENED PLANE JOINTS & EXPANSION JOINTS CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT SIDEWALK DETAIL RCE NO. 36106 '-PUBLIC WORKS DIRECTOR Drawn: M.Cracia 1/2' R Scale: N.T.S. L':USLRSPBN SI I`:CAD STD`. L V Q'. STD D I I. _oo,_S,d - DRAWING NO. STD- I p °0 -L BATTER a o a a 1' WIDE BY I' DEEP AC PATCH BACK TYPE B P.C.C. CURB 1, GUTTER SURFACE WITHIN 4' OF FLOWLINE SHALL BE GIVEN A STEEL TROWEL. (APPLIES TO TYPE 'A' CURB) 2, PREFORMED 3/8' THICK EXPANSION FILLER SHALL BE INSTALLED IN ALL TYPES OF CURB AT THE BC, AND E,C OF RETURNS, AT INTERVALS OF 60' BETWEEN RETURNS AND AT THE ENDS OF DRIVEWAYS, SIMILAR EXPANSION JOINTS SHALL BE INSTALLED IN ALL GUTTERS ADJOINING CURB, WEAKENED PLANE JOINTS SHALL BE FORMED AT INTERVALS OF 20' BETWEEN RETURNS, (APPLIES TO TYPES 'A", 'B', AND "C' CURBS), 3, CONCRETE SHALL BE 560-C-3250, 4, EMD17TH TROWL THE TDP 4 -INCH DF THE BACK DF CURB. CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT RCF. NO. 36106 BLIC WORKS DIRECTOR STANDARD CURB SECTIONS Drawn: M.Gracia Scale: N.T.S. L IISERS PRN ,- SId`:( AD STD'. TYPES"All AND IIB 11 Date: Nov. 1993 sIUD I i ,zoo3_sld DRAWING NO. STD- 182-L CURB FACE 10' OR VARIES 3/8' EXPANSION JOINT 2' MATERIAL (TYP) CURB ACCESS RAMP SHALL COMPLY WITH CURRENT ADA REQUIREMENTS CURB RETURN AREA R )K R=15' FOR LOCAL STREETS AND 25' FOR ARTERIAL STREETS UNLESS OTHERWISE SPECIFIED )E A 10' FOR MAJOR, 10' FOR PRIMARY, AND 8' FOR SECONDARY STREETS UNLESS OTHERWISE SHD61N CONCRETE SHALL BE 560-C-3250 IL/ 11riL.HL 2' OR 4mie X MATCH SLOPE 2% MAX, EXIST, , d a LANDSCAPE PARKWAY WITH } = STREET TREES REQUIRED J WHEN DISTANCE FROM CURB 4' MIN, PCC, TO PROPERTY LINE EXCEEDS 6 IN TYPICAL SECTION AREAS.T CONCR TEENTIAL SIDEWALK IN COMMERCIAL AREAS WITH STREET TREES WEAKENED PLANE J01NTS 1-1/4' SAWED, QUICK -JOINT OR EQUAL 8' 8' 8' S' 8' 8' 8' 8' 3/8' EXPANSION JOINT MATERIAL PLANTING OR CONCRETE WALK WEAKENED PLANE JOINTS & EXPANSION JOINTS CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT SIDEWALK DETAIL RCE NO. 36106 '-PUBLIC WORKS DIRECTOR Drawn: M.Cracia Scale: N.T.S. L':USLRSPBN SI I`:CAD STD`. Date: Sep 1994 STD D I I. _oo,_S,d - DRAWING NO. STD- I p °0 -L C-7184-2 TRENCH WIDTH �o .•• , • 11 1 • :-a 6' N: MIN, Z ti q • q - TRENCH SHEETING OR SHORING IF USED FINISHED SUBGRADE OPTIONAL EXCAVATION LINES 3/4 1F_/ SPRING LINE TRENCH SHEETING OR SHORING IF USED 6' MIN, 3/4 CRUSHED GRAVEL 0.4 O,D, UNDISTURBED S01L, TYPICAL 1, TRENCH WIDTH SHALL BE LID, + 12' MINIMUM, UR 0D, + 20' MAXIMUM, INCLUDING THICKNESS OF TRENCH SHORING OR SHEETING, 2, BACKFILL SHALL BE PER SPECIFICATIONS EXCEPT THAT RELATIVE COMPACTIDN SHALL BE 90 PERCENT MINIMUM, 3, WHEN THE MAXIMUM TRENCH WIDTH IS EXCEEDED, THE CONSTRACTUR SHALL SUBMIT TD THE ENGINEER FOR APPROVAL, DRAWINGS WITH SUBSTANTIATING ENGINEERING CALCULATIDNS FDR THDSE MDDIFICATIDNS OF PIPE STRENGTH AND/0R BEDDING WHICH WILL PROVIDE AN IN-PLACE FACTOR OF SAFETY EQUIVALENT TD THAT PROVIDED IN THE CONTRACT, 4, BEDDING SHALL BE PER SPECIFICATIDNS EXCEPT THAT- (A,) CLASS 100-E-100 SLURRY MAY BE SUBSTITUTED FOR SHAPED BEDDING AT THE CONTRACTOR'S OPTION AND SOLE EXPENSE, (B,) HAUNCH BEDDING SHALL BE HAND TAMPED TD 907 RELATIVE COMPACTION MINIMUM FOR PVC, RPM, HDPE, AND ALL OTHER FLEXIBLE PIPE INSTALLATIONS, WHEREUPON THE REMAINDER OF BEDDING (ABOVE SPRINGLINE) MAY BE COMPACTED CONCURRENTLY WITH THE BACKFILL. 5 TRENCH RESURFACING SHALL BE PER STD, -105-L, REVISED 6/2002 CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT - RCE NO. 36106 WBLIC WORKS DIRECTOR Date: 2 Mar 1999 1 scale: N.T.S. PIPE BEDDING Drawn by. M. GRACIA F�\US R \PHW\ hnred\CAD STD\ T Detnl s\2003_Stcr DRAWING NO. STD- 106-L AORB A ORB I� 4' MIN I N I 2% MAX ~I 4' MIN I I I I 2% MAX 57 WN & 17- g ° FRONT EDGE Lr MIN C �\ i C v N -I I 2%% MAX I 4' MIN I I \�\ 5% MIN & 107 MAX AT CURB A OR B 5% MIN & CF ° i1 ALL STEEL REINF, �- STANDARD DRAWING NO. 181 SHEET 1 OF 3 o.10 + #4 @ 4' MC, t _ ALL STEEL REINF #4 2% MAX T MANH17LE FRAME & COVER" "¢-- - @4'O,C, 10% MAX STANDARD DRAWING NO. 181 SHEET 2 OF 3 A RINGS & REDUCER AT CURBAOR B SEE STD, -112-L, i ti ti CASE "B" 24' ¢ ¢ PLAN CI_ STEPS ER STD- 4-L o ti M 24' n 3 �cti11 a 5' X 2' PIPE SEAT } 3'-6, t - - - 6' to d z,� a 3'R 1 a STEPS AS PER a:W :a:... d _a STD -404-L X1/2 .: INLEy Wd Z d: y * SECTION C -C o0 ECTIDN A XA IU & USLV WHEN H=4' USED = ND TES,, I ~� TION LINE 1. REINFORCING STEEL SHALL BE STRAIGHT BARS 1-1/2' 3 -D' 5' X 2' CLEAR FROM FACE OF CONCRETE, PIPE SEAT 2, P -DEPTH P MAY BE REDUCED TO AN ABSOLUTE LIMIT OF 6' WHEN LARGER VALUES OF P WOULD REDUCE H TO 18' t 3'-6' OR LESS 4'L----� 3, STATIONS OF MANHOLES SHOWN ON PLAN APPLY AT i 3'R ! CENTERLINE OF SHAFT, ELEVATIONS ARE SHOWN 'R ij i ! AT SHAFT CENTER AND REFER TO THE PROLONGED 1-1/2' ; = INVERT GRADE LINE. 'j H t 4+2t-8' 4'.UNVEN 8, co REF, STD, -112-L; STD, -404-L SECTIL7N B -B ADOPTED FROM LACDPW STD, DWG, NO, 3020-0 REV. 9/93 CITY [IF NEWPERT BEACH APPROVED: PUBLIC WORKS DEPARTMENT DIRECTOR OF PUBLIC WORKS JUNC TION S TRUC TUBE R,C,E, NO 12806 VA TE 15 Nov 1993 SCALE NTS, N0, 1 DRAWN M, GRACIA STD - 31 O - L AORB A ORB I� 4' MIN I N I 2% MAX ~I 4' MIN I I I I 2% MAX 57 WN & 17- g ° FRONT EDGE Lr MIN ooh OF SIDEWALK N -I I 2%% MAX I 4' MIN I I DEPRESS ENTIRE SIDEWALK AS REQUIRED 5% MIN & 107 MAX AT CURB A OR B 5% MIN & CF VARIABLE �j 0" CF FULL HEIGHT CIF I I .�d< RETAINING CURB z FRONT EDGE OF SIDEWALK LO 30w J m a FULL HEIGHT CF xQ 0" CF 6" TYP. a� VARIABLE CIF CF 0" CF 1-11 2% OPL 5 X VARIABLE 0" CIF o" cFCASE "E„ FULL HEIGHT CF Ir VARIABLE �a I 0" CF I II II RETAINING CURB FIAT HIDz OF RETAINING CURB 5% MIN & \ FRONT r 6" TYP. 8.3% MAX �� EDGE OF t 1 ° SIDEWALK T -- io T-_ A ORB RETAINING CURB 6„ TYP 4' MIN IF NECESSARY AT 2% MAX 57 WN & PROPERTY LINE 57 MN & Lr MIN DATE N -I I 2%% MAX I 4' MIN I I DEPRESS ENTIRE SIDEWALK AS REQUIRED 5% MIN & S 5% MIN & 8.3% MAX ° 8.3% MAX STANDARD DRAWING NO. 181 SHEET 1 OF 3 o.10 FRONT EDGE 2% MAX T OF SIDEWALK 10% MAX STANDARD DRAWING NO. 181 SHEET 2 OF 3 DATE: 12/20/2018 AT CURBAOR B CF CASE "B" xQ 0" CF 6" TYP. a� VARIABLE CIF CF 0" CF 1-11 2% OPL 5 X VARIABLE 0" CIF o" cFCASE "E„ FULL HEIGHT CF Ir VARIABLE �a I 0" CF I II II RETAINING CURB FIAT HIDz OF RETAINING CURB 5% MIN & \ FRONT r 6" TYP. 8.3% MAX �� EDGE OF t 1 ° SIDEWALK T -- io T-_ -- 0" CF �P �1^ 0" CF VARIABLE - FRONT EDGE t OF SIDEWALK 0" CF FULL CASE "F" HEIGHT CF -- � -- I I P.L. CASE "C" CF I DIRT I USE WHEN SIDEWALK IS LESS THAN 6' WIDE I I + RETAINING + A CURB i ++ + + + + + + + + VARIES �I ++�++ + + + *+ ++ + �\ JOIN EX. + 0" CF 4' MIN----- 6" TYP. TlIZ 2% MAX 4' MIN II VARIABLE CF x N a FULL HEIGHT CIF 57 MN & N 5' MIN Z T " F N. FRONEDGE OF SIDEWALK 0C ooh ALONG ACCESS 2% MAX------ RAMP LANDING SLOPE 0 " CF FRONT EDGE FU ILL 10% MAX BCR OF SIDEWALK HEIGHT CF AT CURB A CF CASE "D" CASE "G" APP. XXXXX 4' MIN IF NECESSARY 4' MIN 2% MAX 2% MAX 57 WN & 4t:5% MIN & 8.3% MAX 57 MN & RCE DATE °to�°000 -- 0" CF �P �1^ 0" CF VARIABLE - FRONT EDGE t OF SIDEWALK 0" CF FULL CASE "F" HEIGHT CF -- � -- I I P.L. CASE "C" CF I DIRT I USE WHEN SIDEWALK IS LESS THAN 6' WIDE I I + RETAINING + A CURB i ++ + + + + + + + + VARIES �I ++�++ + + + *+ ++ + �\ JOIN EX. + 0" CF 4' MIN----- 6" TYP. TlIZ 2% MAX 4' MIN II VARIABLE CF x N a FULL HEIGHT CIF 57 MN & N 5' MIN Z T " F N. FRONEDGE OF SIDEWALK 0C ooh ALONG ACCESS 2% MAX------ RAMP LANDING SLOPE 0 " CF FRONT EDGE FU ILL 10% MAX BCR OF SIDEWALK HEIGHT CF AT CURB A CF CASE "D" CASE "G" APP. XXXXX IF NECESSARY 4' MIN APP. 2% MAX 4t:5% MIN & 8.3% MAX CITY ENGINEER RCE DATE N0. 11 DATE I DESCRIPTION OF REVISIONS DEPRESS ENTIRE SIDEWALK AS REQUIRED CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS RETAINING CURB DRAWN: P. KHARAZMI SEE NOTE 9 CURB ACCESS RAMP STANDARD DRAWING NO. 181 SHEET 1 OF 3 DATE: 12/20/2018 TOP OF RAMP I SEE NOTE 9 ~ 4' MIN I 2%MAX T 5% MIN & 8.3% MAX T SECTION A -A 2.3" MIN AND 2.4" MAX f'� CENTER TO CENTER SPACING, TYP. O T O O O O RAISED TRUNCATED DOME PATTERN (IN-LINE) TOP DIAMETER 0.4+5" MIN AND 0.47" MAX 0.2"T� OBASE DIAMTER 0.9" MIN AND 0.92" MAX RAISED TRUNCATED DOME FRONT EDGE OF SIDEWALK 10% MAX J CF AT CURB 10% MAX AT CURB NOTES: 1. CURB AND GUTTER WILL BE POURED FIRST AND RAMP THE FOLLOWING DAY TO CREATE COLD JOINT. 2. LOCATIONS WITH CROSS GUTTER SHALL HAVE SPANDREL REPLACED. 3. PARKWAY LANDSCAPE AND IRRIGATION SHALL BE MODIFIED IN KIND. DETAIL A CURB RAMP PAY LIMIT GUTTER CURB & GUTTER ATCH RETAINING CURB IF NECESSARY 4' MIN APP. 2% MAX 4t:5% MIN & 8.3% MAX T RCE DATE SECTION B -B DEPRESS ENTIRE SIDEWALK AS REQUIRED RCE RETAINING CURB NO. DATE I DESCRIPTION OF REVISIONS SEE NOTE 9 CURB - - - - - - - - - - i STANDARD DRAWING NO. 181 SHEET 3 OF 3 T 2% MAX T 2.3" MIN AND 2.4" MAX f'� CENTER TO CENTER SPACING, TYP. O T O O O O RAISED TRUNCATED DOME PATTERN (IN-LINE) TOP DIAMETER 0.4+5" MIN AND 0.47" MAX 0.2"T� OBASE DIAMTER 0.9" MIN AND 0.92" MAX RAISED TRUNCATED DOME FRONT EDGE OF SIDEWALK 10% MAX J CF AT CURB 10% MAX AT CURB NOTES: 1. CURB AND GUTTER WILL BE POURED FIRST AND RAMP THE FOLLOWING DAY TO CREATE COLD JOINT. 2. LOCATIONS WITH CROSS GUTTER SHALL HAVE SPANDREL REPLACED. 3. PARKWAY LANDSCAPE AND IRRIGATION SHALL BE MODIFIED IN KIND. DETAIL A CURB RAMP PAY LIMIT GUTTER CURB & GUTTER ATCH NOTES 1. IF DISTANCE FROM CURB TO BACK of SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' MIN PLATFORM (LANDING) AS IN CASE A, THE SIDEWALK MAY BE DEPRESSED LONGITUDINALLY OR MAY BE WIDENED AS IN CASE D. 2. IF SIDEWALK IS LESS THAN 6' WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE C. 3. (NOT USED) 4. (NOT USED) 5. THE PAY LIMITS FOR CURB ACCESS RAMPS SHALL BE AS SHOWN IN DETAIL A. 6. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. SIDEWALK AND RAMP THICKNESS, "T", SHALL BE 4" MIN. 8. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP SHALL BE RELOCATED OR ADJUSTED TO GRADE. 9. COUNTERSLOPES OF ADJOINING GUTTERS AND ROAD SURFACES IMMEDIATELY ADJACENT TO AND WITHIN 24" OF THE CURB RAMP SHALL NOT BE STEEPER THAN 1V:20H (5.0%). GUTTER PAN SLOPE SHALL NOT EXCEED 1" OF DEPTH FOR EACH 2'-0" OF WIDTH. 10. RAISED TRUNCATED DOMES SHALL BE DARK GRAY IN COLOR AND SHALL BE ADA PAVERS AS MANUFACTURED BY WAUSAU TILE, INC OF WISCONSIN, ADA -2 COLOR A-90 OR APPROVED EQUAL. 11. DETECTABLE WARNING SURFACES SHALL BE A MINIMUM OF 48" WIDE PERPENDICULAR TO THE DIRECTION OF TRAVEL AND EXTEND 36" MINIMUM IN THE DIRECTION OF TRAVEL. APP. XXXXX APP. XXXXX CITY ENGINEER RCE DATE I NO. I DATE I DESCRIPTION OF REVISIONS CITY ENGINEER RCE DATE NO. DATE I DESCRIPTION OF REVISIONS CURB CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. 181 SHEET 3 OF 3 DRAWN: P. KHARAZMI CURB ACCESS RAMP STANDARD DRAWING NO. 181 SHEET 2 OF 3 DATE: 12/20/2018 NOTES 1. IF DISTANCE FROM CURB TO BACK of SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' MIN PLATFORM (LANDING) AS IN CASE A, THE SIDEWALK MAY BE DEPRESSED LONGITUDINALLY OR MAY BE WIDENED AS IN CASE D. 2. IF SIDEWALK IS LESS THAN 6' WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE C. 3. (NOT USED) 4. (NOT USED) 5. THE PAY LIMITS FOR CURB ACCESS RAMPS SHALL BE AS SHOWN IN DETAIL A. 6. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. SIDEWALK AND RAMP THICKNESS, "T", SHALL BE 4" MIN. 8. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP SHALL BE RELOCATED OR ADJUSTED TO GRADE. 9. COUNTERSLOPES OF ADJOINING GUTTERS AND ROAD SURFACES IMMEDIATELY ADJACENT TO AND WITHIN 24" OF THE CURB RAMP SHALL NOT BE STEEPER THAN 1V:20H (5.0%). GUTTER PAN SLOPE SHALL NOT EXCEED 1" OF DEPTH FOR EACH 2'-0" OF WIDTH. 10. RAISED TRUNCATED DOMES SHALL BE DARK GRAY IN COLOR AND SHALL BE ADA PAVERS AS MANUFACTURED BY WAUSAU TILE, INC OF WISCONSIN, ADA -2 COLOR A-90 OR APPROVED EQUAL. 11. DETECTABLE WARNING SURFACES SHALL BE A MINIMUM OF 48" WIDE PERPENDICULAR TO THE DIRECTION OF TRAVEL AND EXTEND 36" MINIMUM IN THE DIRECTION OF TRAVEL. APP. XXXXX CITY ENGINEER RCE DATE I NO. I DATE I DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS DRAWN: P. IIIA -11. CURB ACCESS RAMP STANDARD DRAWING NO. 181 SHEET 3 OF 3 DATE: 12/20/2018 12" x 6" min. concrete collar •.i,•s.1.70`;i-. ' . '1►.T ....... �..+r .i•it '.•-.gZm- CONSTRUCTION NOTES O 8" 45° BEND, SDR -35 PVC, BELL END X SPIGOT END O 8" SDR -35 PVC, BELL AND SPIGOT END, 1299X8" ECCENTRIC REDUCER 3O CLEANOUT COVER SHALL BE CONSTRUCTED PER APPLICABLE PORTIONS OF CNB DWG NO. STD -511-L. ALHAMBRA FOUNDRY A-1244. O 8" RUBBER MECHANICAL BANDED SEAL COUPLING; STAINLESS STEEL BANDS; FERNCO OR CITY APPROVED EQUIVALENT. O INSTALL ABS STOPPER IN RUBBER COUPLING. USE MISSION CLAY PRODUCTS STOPPER OR APPROVED EQUAL. Match existing paving material GENERAL NOTES 1. BACKFILL MATERIAL SHALL BE COMPACTED TO 95% OF OPTIMUM WITH J" AGGREGATE BASE ROCK MATERIAL. 2. CLEANOUT COVER SHALL BE MARKED "STORM DRAIN" ON THE TRIANGULAR LID NEW R/C STYLE ALHAMBRA FOUNDRY A-1244. 3. SDR -35 PVC PIPE SHALL BE USED. 4. 12"X6" MIN. THICKNESS CONC. COLLAR. 56 STORM DRAIN CLEANOUT NTS C-7184-2 I I 5.0"_ 0.19% R. 17.4" -8.04% 1 I 311 I I I 309 ±r- I K)^ MLLi I cn 327 0 co 00- `a`. RIVEWA U) EXIST TOP OF WALL ^ + N ^+ ±N IN N N}� �� fr I �m -� �" ',I:m +0o Ia I +rn v o 00m T 307 . � m ��� cn r" 00�° N C14Ln ++U Lo L +X -�W +� �m �m O O fm �00 U f m r" I +� +� �mQ� Lnr Lnr m �m Lnr Ln r Q Q I N M Iry 0.14% 0.18% Iv�iro V)0 06% I I ' PROPERTY ' I � LINE (TYP) I 313 315 ---- 5.0" -- 5.0.. 5.0"_ 0.19% R. 17.4" -8.04% 1 N cn LL 0 Ln o .-ui - coN+� ±r- , ' 329Lo K)^ MLLi T�tN�t cn 327 0 co 00- `a`. x0.70% o to c6 U) m ^ + N ^+ ±N ^ N N}� �� fr +1 00�� -� �" 00 +0o Ln r +rn v I T N Q . � I N Q . � cn r" col PROPOSED LEFT FLOWLINE 11+00 N N cn I I I I 317 I I I I ! ,319 ! L STREET ADDRESS (TYP) I I 5.0" 321 I EXIST TOP OF WALL I I o0 Lq I 323 + 6.0" .L- I 0.00% 5.0"_ I � �U) o(no cn LL o LL o L� ' o .-ui - coN+� ±r- , ' 329Lo K)^ MLLi T�tN�t cn 327 I �LL Q`. `a`. N I U) 5.0" 321 I EXIST TOP OF WALL I I o0 Lq I 323 + 6.0" .L- I I � EXIST TOP OF WALL I � I 325 � I ' �cy) , N ' o , ' 329Lo K)^ MLLi �2 cn 327 I �LL OOLLi � + m Tm m ^ ^ Q ^ r- +1 M ') LD 00 I LD Ln r I I U) I k _n'Kpq PROPOSED GRADE BACK OF WALK -EXISTING GRADE AT BACK OF WALK 12+00 13+00 ANADE AVE -LEFT - PROFILE VIEW EAST BAY AVENUE SCALE: HORIZ. 1" = 20'; VERT. 1" = 2' 1I ; 11 I I ' 1 ;I 307 309 311 ! 313 315 317 319 I I 1106 I 1 I ANADE AVE ANADE AVE ' ANADE AVE ' ANADE AVE ANADE AVE ANADE AVE ANADE AVE I I I APPROX DIRECTION SLOPE BABY AVE II ON PRIVATE PROPERTY J I (CONTRACTOR SHALL VERIFY PRIOR TO CONSTRUCTION, I N I I I TYP) 11 I 305 1 6A I 6A 6A ANADE AVE 26.93' PROJECT i I I I SIDEWALK TO WALL I I I N I I I I to r- EXIST STEP 14+00 -1.92 EXIST STEP CONSTRUCTION NOTES CA) CONSTRUCT UNDER SIDEWALK DRAIN PER CASE 1 OF DETAIL C ON SHEET 6. C) CONSTRUCT UNDER SIDEWALK DRAINS AT 5' MAX INTERVALS PER CASE 2 OF DETAIL C ON SHEET 6. I I I 10 00r U-) x +RtW � cn = �m U �o a U) r 321 323 325 327 329 i til Iui ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE 27.09' PROJECT 27.11' PROJECT 23.98' PROJECT I Ili SIDEWALK TO WALL SIDEWALK TO WALL I I SIDEWALK TO WALL I I �-r-- -- --� I ° - ��= -- -- --- J ° N 10+00 0 � p °. � � �1+00 ° o �1) 1 + 13+00 I I °I ° N rn rnTT H 11+85.94 J J J 12+65.00 J ° I I 00 00 7.15 FL rn N � Ci _ 4 W 7.20 FL _ V) No, �� 11+58.49 +rn °' �� M� �- - -N- - - - - 0Z - _ 11 +88.96 0 0 12+60.00 + + I ° .N °D ° N - -N----- +rn +0 7.07 FL +N +N 1 7 + o o 10 00 _ _N I 1 11+00 N C° 20' T r 11+56.49 7_L6 FL -1� - -12-+-0 0-N - _25' 7.21 FL 13+00 25' _ T I 6B 7.07 FL 15> - 6B - -i N1 5°39 57 - - I 15' 6A 6B 1 45' 7.27 FL 30' - --T---TL----T-----T-----T----I-T- ---i --- T 7.33 FL --- - -----T-----T T -- 6B 11+49.56 11+85� T 6B 6B -- ��-- I t J � -1 11+47.50 13+39.15 ---- - I I �Li 7.13 FL 7.23 FL I �� m J �- 7.12 FL 11 +88.84 I I --4-T-----T-----T-----T I TLS m '6 LL �LL �W 7.11 FL �o No 7.24 FL 1 N� I EDm r-� o� %�E 10+ -i -E- D--E-i----E-----E-----E---- E- 1400-E ± '---E-+ - ----E - 12+00 -EL jtO �-� --- _-NN NN ----E- #0� + -----E- - - I r, --N - ---7 N---N-----N--- - - - 1 - - - - - - N-----TV-N-----N AIR VENTco 0 L6 - -- ----� I I I ° I + + I + + + CO + I I I I 1 o i N 6A I 1 4GATI II I I 12.3' PROJECT SIDEWALK I I I 1 32.69' CONSTRUCT CONCRETE I AGAINST WALL 26.66' STEPS PER BUILDING CODE I I I 11.41' PROJECT SIDEWALK PROJECT SIDEWALK I I II PROJECT SIDEWALK AGAINST WALL AGAINST WALL I I AGAINST WALL II I i II CONNECT CURB DRAIN TO I EXISTING WALL DRAIN I I I I I (7.25±) INV 110 302 ; 304 306 308 310 312 314 BAY AVE ANADE AVE Iii it ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE EXIST TOP I I I I OF WALL I EXIST TOP OF WALL I I I I PROPERTY I 10' I LINE (TYP) I rn I O �RIVEWA m r- I rn o I I I I +� w T 00� o o +_ m_ + N ^ N .. +� m I I I I y + cn 00 x m x cn �m f m N W �m Q r, W00 �� I Q0000 Q 00 +� _ ±c(mn _ V) U U � r �r cnr QM Q Q� Q -0.10 V)r -:2 \� S?4 2 6.2" , " , 7.8" $.2" 5.5 0.18% 6.0 't cn o cn e 00 00 Li N .00- COI o� I SLI mL I m +-H +N I +c6 I LO I r^I ^ I + CO + 00+ + PROPOSED RIGHT I a" Q" I av I 7:r I T r l T r I a FLOWLINE I co, 306 (n I 308 ,- ,- I I ; 310 312 ; 314 co I 304 I I I I I PROPOSED GRADE BACK OF WALK STREET EXISTING GRADE AT BACK OF WALK ADDRESS (TYP) I I I I I 107 tI l EDGEWATER PL � I III 109 0 � n 0) 00 ii 4 N 4 1 EDGEWATER PL °' o + + Ln I ItE 14+00-I- - - -W 15+00 X13+66.53 ANADE AVENUE PROJECT SIDEV�K TO STEPS. REMOVE AND RE UILD CONCRETE 13+62.7 _N _ 6.97 FL -N-STEPS PER BUILDING CODE._- _ 6.98 FL 0 14+00 - 1 N - - �5+� _____ _ I_ ___ 13+64.75 -T 14+31.24 ~ 1 14 36.24 1 1 7.05 FL 7.04 FL 1 1 7.5 F� I I 1 II -�E---14=4D-----E--�---EL--r-� 15+00 I c� 3 -----N--- i -N ---N----�-- -N I N F0 04 O O p I I I ori 1 I I C3 LO I I I I II III 13.53' 28.9' PROJECT SIDEWALK 1 PROJECT SIDEWALKI AGAINST WALL 5.011 I AGAINST WALL I ROJEC SIDEWALK 8.41' AINST WALL PROJECT SIDEWALK AGAINST WALL I I 131 I II 316 318 1 320 322 324 1 326 1 11 111 ANADE AVE ANADE AVE ANADE AVE I ANADE AVE ANADE AVE i ANADE AVE��, Gil EDGEWATER PL EXIST TOP EXIST TOP OF WALL I OF WALL I I I I I O -- I o I I I I I o c9 I I EXISTTOPI EXIST TOP I I +� 06 STEP m 0 x EXIST TOP OF WALL I I I �+ W 00 m C) -0.00% -a Ln r-': 15.9" I I 7.6" - 5.6_ I - - - I 5.6" I t U) t V) N L, 4 r ^ I I of ^ r,. +O} Or� c6 +I t � I I �' � �'" I I �� 324 I avQ`. 16 Q ", 318 , Q -- 320 Q " 322 I , 326 V)I I � � I I I I I I EXIST BO TTOM STEEP 11+00 12+00 13+00 ANADE AVE -RIGHT - PROFILE VIEW SCALE: HORIZ. 1" = 20'; VERT. 1" = 2' 14+00 10 EDGEWATER AVENUE I I I I I I I I 15457 0 10 20 40 60 80 SCALE: 1" = 20' C-7184-21 K)^ MLLi r,LLL I �LL OOLLi M ^ ^ ^ r- +1 M ') LD I LD 0 cn cni cn PROPOSED GRADE BACK OF WALK -EXISTING GRADE AT BACK OF WALK 12+00 13+00 ANADE AVE -LEFT - PROFILE VIEW EAST BAY AVENUE SCALE: HORIZ. 1" = 20'; VERT. 1" = 2' 1I ; 11 I I ' 1 ;I 307 309 311 ! 313 315 317 319 I I 1106 I 1 I ANADE AVE ANADE AVE ' ANADE AVE ' ANADE AVE ANADE AVE ANADE AVE ANADE AVE I I I APPROX DIRECTION SLOPE BABY AVE II ON PRIVATE PROPERTY J I (CONTRACTOR SHALL VERIFY PRIOR TO CONSTRUCTION, I N I I I TYP) 11 I 305 1 6A I 6A 6A ANADE AVE 26.93' PROJECT i I I I SIDEWALK TO WALL I I I N I I I I to r- EXIST STEP 14+00 -1.92 EXIST STEP CONSTRUCTION NOTES CA) CONSTRUCT UNDER SIDEWALK DRAIN PER CASE 1 OF DETAIL C ON SHEET 6. C) CONSTRUCT UNDER SIDEWALK DRAINS AT 5' MAX INTERVALS PER CASE 2 OF DETAIL C ON SHEET 6. I I I 10 00r U-) x +RtW � cn = �m U �o a U) r 321 323 325 327 329 i til Iui ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE 27.09' PROJECT 27.11' PROJECT 23.98' PROJECT I Ili SIDEWALK TO WALL SIDEWALK TO WALL I I SIDEWALK TO WALL I I �-r-- -- --� I ° - ��= -- -- --- J ° N 10+00 0 � p °. � � �1+00 ° o �1) 1 + 13+00 I I °I ° N rn rnTT H 11+85.94 J J J 12+65.00 J ° I I 00 00 7.15 FL rn N � Ci _ 4 W 7.20 FL _ V) No, �� 11+58.49 +rn °' �� M� �- - -N- - - - - 0Z - _ 11 +88.96 0 0 12+60.00 + + I ° .N °D ° N - -N----- +rn +0 7.07 FL +N +N 1 7 + o o 10 00 _ _N I 1 11+00 N C° 20' T r 11+56.49 7_L6 FL -1� - -12-+-0 0-N - _25' 7.21 FL 13+00 25' _ T I 6B 7.07 FL 15> - 6B - -i N1 5°39 57 - - I 15' 6A 6B 1 45' 7.27 FL 30' - --T---TL----T-----T-----T----I-T- ---i --- T 7.33 FL --- - -----T-----T T -- 6B 11+49.56 11+85� T 6B 6B -- ��-- I t J � -1 11+47.50 13+39.15 ---- - I I �Li 7.13 FL 7.23 FL I �� m J �- 7.12 FL 11 +88.84 I I --4-T-----T-----T-----T I TLS m '6 LL �LL �W 7.11 FL �o No 7.24 FL 1 N� I EDm r-� o� %�E 10+ -i -E- D--E-i----E-----E-----E---- E- 1400-E ± '---E-+ - ----E - 12+00 -EL jtO �-� --- _-NN NN ----E- #0� + -----E- - - I r, --N - ---7 N---N-----N--- - - - 1 - - - - - - N-----TV-N-----N AIR VENTco 0 L6 - -- ----� I I I ° I + + I + + + CO + I I I I 1 o i N 6A I 1 4GATI II I I 12.3' PROJECT SIDEWALK I I I 1 32.69' CONSTRUCT CONCRETE I AGAINST WALL 26.66' STEPS PER BUILDING CODE I I I 11.41' PROJECT SIDEWALK PROJECT SIDEWALK I I II PROJECT SIDEWALK AGAINST WALL AGAINST WALL I I AGAINST WALL II I i II CONNECT CURB DRAIN TO I EXISTING WALL DRAIN I I I I I (7.25±) INV 110 302 ; 304 306 308 310 312 314 BAY AVE ANADE AVE Iii it ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE EXIST TOP I I I I OF WALL I EXIST TOP OF WALL I I I I PROPERTY I 10' I LINE (TYP) I rn I O �RIVEWA m r- I rn o I I I I +� w T 00� o o +_ m_ + N ^ N .. +� m I I I I y + cn 00 x m x cn �m f m N W �m Q r, W00 �� I Q0000 Q 00 +� _ ±c(mn _ V) U U � r �r cnr QM Q Q� Q -0.10 V)r -:2 \� S?4 2 6.2" , " , 7.8" $.2" 5.5 0.18% 6.0 't cn o cn e 00 00 Li N .00- COI o� I SLI mL I m +-H +N I +c6 I LO I r^I ^ I + CO + 00+ + PROPOSED RIGHT I a" Q" I av I 7:r I T r l T r I a FLOWLINE I co, 306 (n I 308 ,- ,- I I ; 310 312 ; 314 co I 304 I I I I I PROPOSED GRADE BACK OF WALK STREET EXISTING GRADE AT BACK OF WALK ADDRESS (TYP) I I I I I 107 tI l EDGEWATER PL � I III 109 0 � n 0) 00 ii 4 N 4 1 EDGEWATER PL °' o + + Ln I ItE 14+00-I- - - -W 15+00 X13+66.53 ANADE AVENUE PROJECT SIDEV�K TO STEPS. REMOVE AND RE UILD CONCRETE 13+62.7 _N _ 6.97 FL -N-STEPS PER BUILDING CODE._- _ 6.98 FL 0 14+00 - 1 N - - �5+� _____ _ I_ ___ 13+64.75 -T 14+31.24 ~ 1 14 36.24 1 1 7.05 FL 7.04 FL 1 1 7.5 F� I I 1 II -�E---14=4D-----E--�---EL--r-� 15+00 I c� 3 -----N--- i -N ---N----�-- -N I N F0 04 O O p I I I ori 1 I I C3 LO I I I I II III 13.53' 28.9' PROJECT SIDEWALK 1 PROJECT SIDEWALKI AGAINST WALL 5.011 I AGAINST WALL I ROJEC SIDEWALK 8.41' AINST WALL PROJECT SIDEWALK AGAINST WALL I I 131 I II 316 318 1 320 322 324 1 326 1 11 111 ANADE AVE ANADE AVE ANADE AVE I ANADE AVE ANADE AVE i ANADE AVE��, Gil EDGEWATER PL EXIST TOP EXIST TOP OF WALL I OF WALL I I I I I O -- I o I I I I I o c9 I I EXISTTOPI EXIST TOP I I +� 06 STEP m 0 x EXIST TOP OF WALL I I I �+ W 00 m C) -0.00% -a Ln r-': 15.9" I I 7.6" - 5.6_ I - - - I 5.6" I t U) t V) N L, 4 r ^ I I of ^ r,. +O} Or� c6 +I t � I I �' � �'" I I �� 324 I avQ`. 16 Q ", 318 , Q -- 320 Q " 322 I , 326 V)I I � � I I I I I I EXIST BO TTOM STEEP 11+00 12+00 13+00 ANADE AVE -RIGHT - PROFILE VIEW SCALE: HORIZ. 1" = 20'; VERT. 1" = 2' 14+00 10 EDGEWATER AVENUE I I I I I I I I 15457 0 10 20 40 60 80 SCALE: 1" = 20' C-7184-21 CONSTRUCTION NOTES CA) CONSTRUCT UNDER SIDEWALK DRAIN PER CASE 1 OF DETAIL C ON SHEET 6. C) CONSTRUCT UNDER SIDEWALK DRAINS AT 5' MAX INTERVALS PER CASE 2 OF DETAIL C ON SHEET 6. EAST BAY AVENUE EDGEWATER AVENUE I i i II i iI 305 307 309 311 313 315 317 319 321 323 325 327 1 i i i i MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE Ln 117 I I I I III I 1 118 1 II 13.9' PROJECTI# SIDEWALK TO WALL I I 1 � 15.93' PROJECT I 121 I I BAY AVE I , SIDEWALK TO WALL 7.49' PROJECT 31.06' PROJECT 18.24' PROJECT SIDEWALK TO WALL , I I EDGEWATER PL SIDEWALK TO WALL SIDEWALK TO WALL En I III I I #I L(7.67 TC I I I I I 6A 6A I I I 7.85 BW 7.97 BW 7,87 BW I I I I I I I I I 7.86 BW 1 I (7.28 EX) 7.40 EX (7.55 EX) (7.43 EX) — — — L • — — — I 6.8" STEP _ _ 5.5_ STEP — — — 5" STEP_ 5_ STEP -T- — f----T-----T---�-T-- -T-- -T-- - T-----T-----T- --T----T---- T-----T--_t7 _TVT —�I$+✓-----N--1--N-----N-----N---I--N--iI O$N- - o -- --No ----TV o---- N--tZTM-TV----N-----N-----1V-o---N----- o-I3+OSE �--- -____ === TV' ====T-fiV----T-N---T4TTV�-TSI ° 15+00 1543 I 1 I , (7.69 TCt)(7.70 TC ±) _ 7.86 TC — — �—-----E�� -E----E-----E-----E---- E-----E-----E----- --E 00� (7.71 TCt-- C _J3- 6q I 1 10 00-- ----T---T-----T-----T-- -T-- i� OM oro Mcp 13 �- -I- ---- ISM r0 r7N — 1 \ + + + + (7.71 TCt) I ] - - — 1 I 11+00 \ rl / 12+00 r 6A N 13+00 rJ 4-+-1D-- — —N — — — — —TV — I 15+00 15 43 1 --Tv- L __ - N1539 44 E ---N----- 1 1 >v -----N 1 \" I REMOVE —T7 (REBUILD CONCRETE ------N-----Tv----- -----TV---- I I \\ m AND ONCRETE PROJECT SIDEWALK TO STEPS. STEPS PER BUILDING CODE. REMOVE AND REBUILD CONCRETE — — — —w— — — — —w— — — — —w— — — — —w— — — — fw— — — — w� I----w-1----w----w-----w-- L--w—---w-----w �( I 1 I I STEPS PER BUILDING CODE. 10+001 1 I 11+00 \� 12+00 13+00 14+00 15+00 15--43 1 1Xm •` 10 °°-� p °- °\-- I 1 I I 1 1 I I II I II I I r — — — 1 PROD -N I I I I I PROJECT SIDEWALK I I I AGAINST WALL 32.28' I I I I I PROJECT SIDEWALK I I AGAINST WALL I I I I I I I I I I I 1 1 120 308 310 312 314 316 318 320 322 I- 1 r BAY AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVENUE PER PLAN \ PER PLAN PL 6" 3.5' 4' I XISTING GRADE PARKWAY SIDEWALK AT PRIVATE PROPERTY F.L. OF PIPE 1/2" ABOVE GUTTER 2% �20�0 �A FLOW LINE �— —————————— — — — — —— FLOV FLOW WHEN WHEN GREATER THAN 7" AT WALKWAY, CONSTRUCT STEPS (IN PRIVATE PROPERTY) PER BUILDING CODE END STATION 1 - CONTRACTOR SHALL COORDINATE PRIVATE PROPERTY IMPROVEMENTS WITH THE ENGINEER AND PROPERTY OWNER PRIOR TO CONSTRUCTION. PER PLAN 2 - ALL DRAINS MUST BE INSTALLED 90' TO THE CURB FACE UNLESS APPROVED BY THE CONSTRUCTION ENGINEER. ELEVATION 4" MAX. OUTER DIAMETER 1-1/2" MIN. INSTALL POLYETHYLENE BACK OF SIDEW, COVER PLASTIC JOINT MATERIAL PER PI "QUICK JOINT" OR EQUAL a a� 3" P.V.C. (SCH. 40) PIPE OR EQUAL ° <O �. d6. IN�— DRAIN PIPE DETAIL 9" 2" MIN. SECTION A -A SIDEWALK DRAIN DETAIL N.T.S. 5' MAX 324 MONTERO AVE 5' MAX 326 MONTERO AVE I I I I I I I I 328 MONTERO AVE 00 00 00 SL;CTION B -B SIDEWALK J RB DRAIN PER SECTION A—A I I 330 MONTERO AVE 123 EDGEWATER PL 1 1 1 1 1 1 1 1 1 1 0 10 20 40 60 80 SCALE: 1" = 20' C-7184-2 c c c o� U� � C H [ N r Z O. - U W Of � r Zr W C C W Q C (L C H C W U C Z O U L (9.54± FS) Q JOIN EX. (9.54± FS) (0, (9.48 TC) MATCH FL ELEVATION PER AD PROFILE ON SHEET 8 O � `9s (9.56± FS) 9.46 FS 9.41 FS 9.16 FS 1 Q 9.46 TC MATCH FL ELEVATION PER a 6,PROFILE ON SHEET 8 cd (9.56±) �° JOIN EX. m 2 5 9.12 TC d 1.35% .9. _ �= _ _ 9.05 FL _ 1.45, 0. q SANDING Imo° �� RAMP 2. p 9.10 LIP D �► (9.42±) TIC 1'39D O� (8.89±) FL �� 7.9% _Ico JOIN EX. C&G1.gq O A%D 9.06 FS/TC 9.40 TIC 8.91 FL 9,35 TIC 8.93 FL 9.04 FS/TC STA: 10+74. CONSTRUCT NEW 6" WIDE CURB 9.10 TC/FL 9.07 LIP WITH VARIABLE HEIGHT AGAINST 9.07 FS/TC EXISTING WALL TO LOWER SIDEWALK Bq/ OA SL VD A PROPOSED CURB RAMP GRADES AND ELEVATIONS (7.73 TC) (7.27 FL) (7.73 TC) PAVERS (7.27 FL) FORM TO JOIN EX. G BAY AV ENVE (7.39 LIP) (7.85 FS) 1 �� 7.30 FL/TC PROFILE ON SHEET 8 (7.79 FS) (7.44 LIP) 1.3_9° (7.28 FL) EXISTING CURB TO REMAIN AV ENVE ECR STA: 12+40.90 0 561�°O°O .0000000000 MATCH FL ELEVATION PER E AI T 7.72 3o°o°n°o° PROFILE ON SHEET 8 T PL CE LANDING �i Q'o- �° (7.77 FS)0 1D N REMOVE EXISTING PAVERS ZI (7.80 FS) 0. q � MP A 6%D AND INSTALL CONCRETE TO CONFORM TO PROPOSED LANDING 4.15 (7.36 LIP) C 50 0 7.32 FL/TC \7.71 FS % 2.8q 1i 1 D 7.36 TC 7.32 FL (8.08 FS) 00. �1� 7.67 TC -L ��^ (7.35 LIP) 8.04 MATCH FL ELEVATION PER (7.85 FS) 1 �� 7.74 FS PROFILE ON SHEET 8 (7.79 FS) (7.44 LIP) 1.3_9° 7.69 TC EXISTING CURB TO REMAIN AV ENVE ECR STA: 12+40.90 0 561�°O°O .0000000000 MATCH FL ELEVATION PER 7.56 TC 3o°o°n°o° PROFILE ON SHEET 8 (8.07 FS) �i Q'o- �° (7.30 FL) O O REMOVE EXISTING PAVERS 0. q a AND INSTALL CONCRETE TO CONFORM TO PROPOSED LANDING 4.15 2.12' 50 STA: 12+40.89 - 25.39' RT RAMP GRADING O (8.08 FS) \ 8.02 TC -L ��^ (7.35 LIP) 8.04 MATCH FL ELEVATION PER /I Q (0.59'1 PROFILE ON SHEET 8 v, 2 (7.92± TC) co MATCH FL ELEVATION PER PROFILE ON SHEET 8 SP EXISTING PLANTER PROPOSED CURB RAMP GRADES AND ELEVATIONS wwhat's bekmL Call before you dig DETAIL 1 - CURB RAMP SCALE 1"=5' Q Q BCR TA: 12+40.96 22.70' LT S 1 3. 2 2. 1' zi S 79 0+87.98 - 17.00' LT TA: 10+83.98 - 16.94' LT BCR STA: 10+79.77 16.84' LT 0+79.06 - 16.87' LLL. T ��1 ^ v, 2 19.59' LT co BAY AV ENVE .� BAY R6 QC BAY (7.44 LIP) 000000 AV ENVE AV ENVE ECR STA: 12+40.90 0 561�°O°O .0000000000 7.56 TC 3o°o°n°o° 7.32 FL/TC �i Q'o- �° (7.30 FL) O O �6' 00' 0000 o (756 TC) 4.15 2.12' 50 STA: 12+40.89 - 25.39' RT JOIN EX. Ay 0.5% \ (7.35 LIP) N (0.2. /n .� N ro °°°°°°°O° 00000 6 = 7.32 FL/TC 7.40 TC � 4 0 co0° 0° 0 0 00°`�� 1 000>> 4. p' y �g 7.70 FS BCR Lo 74 S �i ST 0 N ` /6\' ( S) �� 17.12' RT 3 MATCH FL ELEVATION PER PROFILE ON SHEET 8 ECR STA: 12+34.86 16.72' LT A: 12+28.10 - 16.83' LT ��� v, 2 co TSTA: 12+21.32 - 16.91' LT -STA: 12+24.60 - 20.28' LT STA: 12+21.41 - 20.33' LT PROPOSED CURB RAMP HORIZONTAL CONTROL DETAIL DETAIL 3 - CURB RAMP SCALE 1"=5' PLANS PREPARED BY: CannonE%Asoq�� 16862 VON KARMAN AVENUE SUITE 150 (n �Z IRVINE, CALIFORNIA 92606 (n P 989 ]53 8111 F805.544.3863 w D m N0. C68420 UNDER THE SUPERVI ION OF: s� civic 11 /18/19 9� OP Cpl\F� GARY ESSE A. SOLSONA R.C.E. 68420 DATE (9.33) TIC MATCH FL ELEVATION PER PROFILE ON SHEET 8 v, 2 1D co COR 1.69f) (9.47±) FS 0 JOIN EX. U T(01( EMOVE/REPLACE ECORATIVE PAVERS IN-KINDN FRONT M WALL. SLOPEO CONFORM TO PROPOSED RADES. 8.88 FS (9.59 FS) 9 t".(9.59 FS) (8.72 FL/TC) I I �8 (9.60±) FS \�I JOIN EX._ I RA 0.0 I 90 0 6Z 7. I LANDING 0" 8.80 FL/TC 8.82 FL/TC 8" CURB 9.49 TC 8" CURB B(8.82 FL) 9.49 TC 7.5" CURB A (8.82 FL) (9.45 TC) A BI VD SPH 1 JOIN 2EX. C&G DESIGNED:DRAW JD/DM/NP D./DM/NP CHECKED: GS DATE: 11/18/19F NO PROPOSED CURB RAMP GRADES AND ELEVATIONS STA: 10+88.46 - 16.58' RT_� ''� v, 2 o ECR STA: 10+79.84 _ 16.44' RT 8.48, g• 3p, °0°0 0°_ 0000000 8• 0000000 00000000 00000000` 0°0°0°0°o°o°00"0 I A 000000000000000000 4.17' R5 0000000000000000 000000o00000o000 ,g O O^d I I I BCR I STA: 10+74.74 21.47' RT I STA: 10+74.76 - 24.81' RT DETAIL 2 - CURB RAMP SCALE 1"=5' 04 L110 BL VD PROPOSED CURB RAMP HORIZONTAL CONTROL DETAIL PROPOSED CURB RAMP GRADES AND ELEVATIONS DATE DESCRIPTION OF REVISIONS PROPOSED CURB RAMP HORIZONTAL CONTROL DETAIL DETAIL 4 - CURB RAMP SCALE 1"=5' REVIEWED: PATRICIA S. KHARAZMI, PE ASSISTANT CIVIL ENGINEER APPROVED DATE: 11/18/19 C-7184-2 6TH STREET CURB RAMP DETAILS CONCRETE STREET PAVEMENT RECONSTRUCTION CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT R -6098-S SHEET 7 OF 25 BAY BAY (7.44 LIP) AV ENVE AV ENVE ECR STA: 12+40.90 7.56 TC 23.12' RT 7.32 FL/TC 7.30 FL (7.30 FL) �6' 00' (756 TC) 4.15 (7.30 FL) STA: 12+40.89 - 25.39' RT JOIN EX. Ay 0.5% 0.2 (7.35 LIP) '- (0.2. /n .� °°°°°°°O° 00000 6 = 7.32 FL/TC 7.40 TC S,9 7.6 F LANDIN 0 co0° 0° 0 0 00°`�� 1 000>> co 7.32 FL y �g 7.70 FS BCR ST 1 9 T 74 S 11,° STA: 12+34.88 7.73 TC ` /6\' ( S) �� 17.12' RT 3 MATCH FL ELEVATION PER PROFILE ON SHEET 8 7.73 o FS N (7.87 ) (_=1 N (7.81 TC) (0.4 (7.79 FS) Q MATCH FL ELEVATION PER STA: 12+28.05 - 17.13' RT PROFILE ON SHEET 8 (7.79 FS) STA: 12+27.99 - 24.87' RT 7.8 FS � C STA: 12+32.57 - 21.76' RT N PROPOSED CURB RAMP GRADES AND ELEVATIONS DATE DESCRIPTION OF REVISIONS PROPOSED CURB RAMP HORIZONTAL CONTROL DETAIL DETAIL 4 - CURB RAMP SCALE 1"=5' REVIEWED: PATRICIA S. KHARAZMI, PE ASSISTANT CIVIL ENGINEER APPROVED DATE: 11/18/19 C-7184-2 6TH STREET CURB RAMP DETAILS CONCRETE STREET PAVEMENT RECONSTRUCTION CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT R -6098-S SHEET 7 OF 25 EXISTING W'LY TIC 01+ a; + rn zcd N PROPOSED FS AT ST � EX. CROSS GUTTER 0 -H -H 00 N r X 1 (D � .-1 m i x�� x 11 -I? Ln u � �` x �I r^ W o " 0 + (f)+ r o o +coz L — __ - +cow 'n ��eg z r�z +I -H O O11.0 —0.6401 o) 71ai — — 'f�O%----- J JJ N�� 6i Lo Of O — m 0�_%_ O LIE. OCD O O m O 0)~ N L0 O J I\ + LE_ 0i 0i Go p + �Lcd PROPOSED W'LY FL 01+ a; + rn zcd N PROPOSED FS AT ST � EX. CROSS GUTTER — X �w 00 -H -H ki _j .. (f)+ r o o -H M cD O +I -H O O11.0 —0.6401 o) 71ai 01+ a; + rn zcd N PROPOSED FS AT ST � EX. CROSS GUTTER w what's below Call before you dig. 10+00 0 C O� O� o 11+00 I EXISTING E'LY TC 12+00 0 ryz 00 Li Q BALBOA BLVD EAST BAY AVE wo I Li Li (100) coo I I i�l I I I (20') (80') , 6TH STREET Lj � , 1 (25') I �, 1 201 203 2 205 2 601 I I 6TH ST 7 6TH ST z o 6TH ST Z o 7 P 7 4 I N I I c mw mw b- 603 LML I I 1 4 P P I �� P P Co� � 605 N< N �� w l D I j 1 � LN EX R/W 06 U-) CD BAY AVE o t 5 wQ w �w �Lw +± `�w'e-i ++ STRE I cn UN i<_ =�� EX CF 2 �� N� -77 STREET o m — — — �I °If If 00 1 0 \ ° I I \\ I s I ° Z ST INT 10+79.33 N a ° ° d a EX. CROSS \ 10+00.00 6TH ST= JOIN EX. G a a ° ° a ° I GUT ER I 14+19.67 BALBOA BLVD AT ST q 1 :� ° STREET °� dP d ° z °° a a ` = 11+OOa ` �N11°24'OCP"E I ° a 12 00 1a I 25+48.39 BAY AVE — a ^ E as 11 b a o a ° r° a° d °° ° 12+35.10 ° ° a ° z `4 a °JOIN° EX. I 11 AT ST' a �/ O 4 ;,M4 d d N ° °a ° 00 D I \ W J if If N %�— — - ^ — J -- Q — o I ~ Li J °'� � F EX CF EX R/W o J I j N— �'� \ Z: — z ccnn�ow I 1 0 1 _j LU 7 I \\ I o � �I EX R/W I I 0 0 V- 4 520 2 521 6N 4 D (20') (80') I I BALBOA BLVD BAY AVE I \ \ I I � (100') I I STE I I I I \ I I EI I yl I I I i I � i ALLEY PLANS PREPARED BY: Cannon QFtOFESS/p/ �cS A SO F 16842 VON K RMAN AVENUE SUITE 150 p Z IRVINE, CALIFORNIA 92606 P 949.]53.8111 F 805 544 3863 w � NO. C68420 UNDER THE SUPER VI ION OF: �r J� Civic ��`P DESIGNED: DRAWN: 11/18/19 F OF cAVF° JD/DM/NP JD/DM/NP GARY ESS A. SOLSONA R.C.E. 68420 DATE CHECKED: GS 11/18/19 DATE: NO. DATE DESCRIPTION OF REVISIONS PROFILE SCALE: HORIZ: 1"=20' VERT: 1 "=4' REVIEWED: PATRICIA S. KHARAZMI, PE ASSISTANT CIVIL ENGINEER APPROVED] DATE: 11 /18/19 CONSTRUCTION NOTES O1 REMOVE EXISTING AND CONSTRUCT 8" THICK PCC STREET PAVEMENT OVER COMPACTED SAND PER CNB DWG. NO. STD -109—L AND TYPICAL SECTIONS ON SHEET 2. 02 REMOVE EXISTING AND CONSTRUCT PCC CURB (TYPE B) PER CNB DWG. NO. STD -182—L (CF HEIGHT TO MATCH EXISTING). 04 SAWCUT, REMOVE EXISTING AND CONSTRUCT PCC CURB ACCESS RAMP PER CNB DWG. NO. STD -181 ON SHEET 4. MODIFICATIONS PER DETAILS 1 THROUGH 4 ON SHEET 7. O DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY—COATED DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC PAVEMENT. 07 REMOVE EXISTING PAVERS AND CONSTRUCT 4" THICK PCC SIDEWALK PER CNB DWG. NO. STD -180—L 11 REMOVE AND CONSTRUCT 24" WIDE/ 12" DEEP FULL DEPTH AC. DISPOSITION NOTES PROTECT IN PLACE EXISTING IMPROVEMENT (TYPE PER PLAN). �2 REMOVE EXISTING AND INSTALL NEW CITY WATER VALVE BOX AND COVER TO GRADE. © ADJUST UTILITY COVER TO GRADE (BY OTHERS). NOTES: 1) SEE SHEET 16 FOR PROPOSED SIGNING AND STRIPING IMPROVEMENTS ON STH STREET LEGEND: PROPOSED CONCRETE IMPROVEMENTS PER CONSTRUCTION NOTES ORO 12" FULL DEPTH AC 0 10 20 40 60 80 C-7184-21 STREET PLAN - 6TH STREET CONCRETE STREET PAVEMENT RECONSTRUCTION BALBOA AVENUE TO EAST BAY AVENUE CITY OF NEWPORT BEACH R -6098-S PUBLIC WORKS DEPARTMENT SHEET 8 of 25 o 00 -H -H ki _j .. M cD O +I -H r.... �co co OCD +O 6i Lo 00 r w what's below Call before you dig. 10+00 0 C O� O� o 11+00 I EXISTING E'LY TC 12+00 0 ryz 00 Li Q BALBOA BLVD EAST BAY AVE wo I Li Li (100) coo I I i�l I I I (20') (80') , 6TH STREET Lj � , 1 (25') I �, 1 201 203 2 205 2 601 I I 6TH ST 7 6TH ST z o 6TH ST Z o 7 P 7 4 I N I I c mw mw b- 603 LML I I 1 4 P P I �� P P Co� � 605 N< N �� w l D I j 1 � LN EX R/W 06 U-) CD BAY AVE o t 5 wQ w �w �Lw +± `�w'e-i ++ STRE I cn UN i<_ =�� EX CF 2 �� N� -77 STREET o m — — — �I °If If 00 1 0 \ ° I I \\ I s I ° Z ST INT 10+79.33 N a ° ° d a EX. CROSS \ 10+00.00 6TH ST= JOIN EX. G a a ° ° a ° I GUT ER I 14+19.67 BALBOA BLVD AT ST q 1 :� ° STREET °� dP d ° z °° a a ` = 11+OOa ` �N11°24'OCP"E I ° a 12 00 1a I 25+48.39 BAY AVE — a ^ E as 11 b a o a ° r° a° d °° ° 12+35.10 ° ° a ° z `4 a °JOIN° EX. I 11 AT ST' a �/ O 4 ;,M4 d d N ° °a ° 00 D I \ W J if If N %�— — - ^ — J -- Q — o I ~ Li J °'� � F EX CF EX R/W o J I j N— �'� \ Z: — z ccnn�ow I 1 0 1 _j LU 7 I \\ I o � �I EX R/W I I 0 0 V- 4 520 2 521 6N 4 D (20') (80') I I BALBOA BLVD BAY AVE I \ \ I I � (100') I I STE I I I I \ I I EI I yl I I I i I � i ALLEY PLANS PREPARED BY: Cannon QFtOFESS/p/ �cS A SO F 16842 VON K RMAN AVENUE SUITE 150 p Z IRVINE, CALIFORNIA 92606 P 949.]53.8111 F 805 544 3863 w � NO. C68420 UNDER THE SUPER VI ION OF: �r J� Civic ��`P DESIGNED: DRAWN: 11/18/19 F OF cAVF° JD/DM/NP JD/DM/NP GARY ESS A. SOLSONA R.C.E. 68420 DATE CHECKED: GS 11/18/19 DATE: NO. DATE DESCRIPTION OF REVISIONS PROFILE SCALE: HORIZ: 1"=20' VERT: 1 "=4' REVIEWED: PATRICIA S. KHARAZMI, PE ASSISTANT CIVIL ENGINEER APPROVED] DATE: 11 /18/19 CONSTRUCTION NOTES O1 REMOVE EXISTING AND CONSTRUCT 8" THICK PCC STREET PAVEMENT OVER COMPACTED SAND PER CNB DWG. NO. STD -109—L AND TYPICAL SECTIONS ON SHEET 2. 02 REMOVE EXISTING AND CONSTRUCT PCC CURB (TYPE B) PER CNB DWG. NO. STD -182—L (CF HEIGHT TO MATCH EXISTING). 04 SAWCUT, REMOVE EXISTING AND CONSTRUCT PCC CURB ACCESS RAMP PER CNB DWG. NO. STD -181 ON SHEET 4. MODIFICATIONS PER DETAILS 1 THROUGH 4 ON SHEET 7. O DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY—COATED DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC PAVEMENT. 07 REMOVE EXISTING PAVERS AND CONSTRUCT 4" THICK PCC SIDEWALK PER CNB DWG. NO. STD -180—L 11 REMOVE AND CONSTRUCT 24" WIDE/ 12" DEEP FULL DEPTH AC. DISPOSITION NOTES PROTECT IN PLACE EXISTING IMPROVEMENT (TYPE PER PLAN). �2 REMOVE EXISTING AND INSTALL NEW CITY WATER VALVE BOX AND COVER TO GRADE. © ADJUST UTILITY COVER TO GRADE (BY OTHERS). NOTES: 1) SEE SHEET 16 FOR PROPOSED SIGNING AND STRIPING IMPROVEMENTS ON STH STREET LEGEND: PROPOSED CONCRETE IMPROVEMENTS PER CONSTRUCTION NOTES ORO 12" FULL DEPTH AC 0 10 20 40 60 80 C-7184-21 STREET PLAN - 6TH STREET CONCRETE STREET PAVEMENT RECONSTRUCTION BALBOA AVENUE TO EAST BAY AVENUE CITY OF NEWPORT BEACH R -6098-S PUBLIC WORKS DEPARTMENT SHEET 8 of 25 10+00 EAST BAY AVENUE I I BAY A J � I I I Mw Q r7 N O N OLL + _ L O C r c w what's below Call before you dig. I I BAY AVE -0.20% 0C/) EXISTING m c� -0.22% c m m � \o O �OC J W � L ­1X n1 (6 +I W +0+LCC O 4�7 N Z_ r r� O +� 0.14% 0.18% cn �W N �r�^X O o (6 +I W Ci +°N°z +°' N o -o O - 73% +0.04% 10+00 EAST BAY AVENUE I I BAY A J � I I I Mw Q r7 N O N OLL + _ L O C r c w what's below Call before you dig. I I BAY AVE -0.20% m 0C/) EXISTING W'LY TC m 0 00 U c m m � \o O �OC +rte +.,4-+� � �\ AVENUE m O+ 00 001— +0+LCC Ln 00 F-- — r +O +� 0.14% 0.18% PLAN). n Lo N -0.70% N ADJUST VAULT TO GRADE BY OTHERS (UTILITY OWNER PER PLAN). 0�_ -8.72% Lo 7 REMOVE AND DISPOSE OF EXISTING TREE (TYPE PER PLAN). L` r -0.10% Jz 48 +5 O 011. O O STD -180-L. MODIFICATION: 8" THICK PCC. (6 LL_ \ 0 m\ r r LOCATION OF EXISTING "THROUGH CURB DRAIN". WHERE PROPOSED "THROUGH N + �o U) LL_ O DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY-COATED 41�`r' Srn +, (O J o `'� m m 0 m 0C/) NOTES: U CD o U U 0 00 \ O U +rte +.,4-+� _ N(O AVENUE +0.33% + N �O 00 F-- — r +O +� O O PLAN). n Lo N + O + +0.29% EXISTING FS AT ST 0 p\ O\ 0C/) NOTES: (n C) LL O O� OG_ 2) SEE SHEET 16 FOR PROPOSED +rte +.,4-+� \ r7 N� NU N(O AVENUE +0.33% +0.29% co C6 OU m� NOTES: m m C 00 2) SEE SHEET 16 FOR PROPOSED CDr7 \ r7 N� NU ON ANADE AVENUE N 3) SEE SHEET 1S AND 22 FOR PROPOSED N co C6 IRRIGATION IMPROVEMENTS ON C F-- — r 00 oU) O O PLAN). n Lo N + O + N ADJUST VAULT TO GRADE BY OTHERS (UTILITY OWNER PER PLAN). J -0.36% © Lo 7 REMOVE AND DISPOSE OF EXISTING TREE (TYPE PER PLAN). L` r -0.10% CONSTRUCT PCC SIDEWALK PER MODIFIED CNB DWG. NO. 48 +5 O 011. m� c� —i O LL n 11+00 307 ! 309 ALLEY — ANADE AVE i ANADE AVE ANADE AVE II ANADE AVE ANADE AVE m EXISTING E'LY TC U O � 0 0- + r +r ------------�— --- --- +0.29% m F__ 0 z O po J W + N � _ 311 ANADE AVE ANADE AVE 12+00 313 ANADE AVE ANADE AVE PROPOSED W'LY TC O U O O 0— + —+ r7 � -0.23% PROPOSED W'LY FL m� NOTES: O Z 1) SEE SHEET 12 FOR PROPOSED STORM DRAIN IMPROVEMENTS ON ANADE AVENUE 2) SEE SHEET 16 FOR PROPOSED SIGNING AND STRIPING IMPROVEMENTS ON ANADE AVENUE N 3) SEE SHEET 1S AND 22 FOR PROPOSED TREES, LANDSCAPE PLANTING, AND IRRIGATION IMPROVEMENTS ON ANADE AVENUE CD oU) m EXISTING E'LY TC U O � 0 0- + r +r ------------�— --- --- +0.29% m F__ 0 z O po J W + N � _ 311 ANADE AVE ANADE AVE 12+00 313 ANADE AVE ANADE AVE PROPOSED W'LY TC O U O O 0— + —+ r7 � -0.23% PROPOSED W'LY FL m� O Z 00 J O 00 ro 0014- w + O Lu r) a0 = N N C� +N � r m o� CD oU) O O PLAN). n Lo — — O N O N ADJUST VAULT TO GRADE BY OTHERS (UTILITY OWNER PER PLAN). m EXISTING E'LY TC U O � 0 0- + r +r ------------�— --- --- +0.29% m F__ 0 z O po J W + N � _ 311 ANADE AVE ANADE AVE 12+00 313 ANADE AVE ANADE AVE PROPOSED W'LY TC O U O O 0— + —+ r7 � -0.23% PROPOSED W'LY FL PROPOSED FS o V) 0 oL, AT ST +ro 2 r--: -0.23% PROPOSED E'LY TC O U O 0 0 0— + r7 r -0.00% 13+00 -0.23% PROPOSED E'LY FL EXISTING W'LY EL ou O O Om +� -0.36% �\ O~ +r Ln U ~ 00 ro 0014- w + REMOVE EXISTING AND CONSTRUCT 8" THICK PCC STREET + �r �j ~ PROPOSED FS o V) 0 oL, AT ST +ro 2 r--: -0.23% PROPOSED E'LY TC O U O 0 0 0— + r7 r -0.00% 13+00 -0.23% PROPOSED E'LY FL EXISTING W'LY EL ou O O Om +� -0.36% EXISTING E'LY FL O U O 0 0 0— + 14+00 p0 O m po0 CONSTRUCTION NOTES O U 0 n 00 ro 0014- O1 REMOVE EXISTING AND CONSTRUCT 8" THICK PCC STREET + �r �j ~ — — PAVEMENT OVER COMPACTED SAND PER CNB DWG. NO. +N � r CONSTRUCTION NOTES O1 , 3A STD -109-L AND TYPICAL SECTIONS ON SHEET 2. ADJUST PULLBOX TO GRADE BY OTHERS (UTILITY OWNER PER O2 REMOVE EXISTING AND CONSTRUCT PCC CURB (TYPE B) PER PLAN). �75_ — — — CNB DWG. NO. STD -182-L (CF HEIGHT TO MATCH EXISTING). ADJUST VAULT TO GRADE BY OTHERS (UTILITY OWNER PER PLAN). J -0.36% © 3A REMOVE EXISTING SIDEWALK AND/OR LANDSCAPING AND REMOVE AND DISPOSE OF EXISTING TREE (TYPE PER PLAN). L` CONSTRUCT PCC SIDEWALK PER MODIFIED CNB DWG. NO. ADJUST UTILITY COVER TO GRADE (BY OTHERS). 0 O I_, X STD -180-L. MODIFICATION: 8" THICK PCC. ou �� o��o \ 0 m\ r r LOCATION OF EXISTING "THROUGH CURB DRAIN". WHERE PROPOSED "THROUGH 10 �..X U) LL_ O DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY-COATED 41�`r' Srn +, °�° o `'� DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC SCALE: � ® + a' z PAVEMENT. _ _ _______1.c�co0 `�� O SAWCUT, REMOVE EXISTING AND CONSTRUCT TYPE "B" PCC CURB +0.21% _ +0.24% -0.39% ONLY (CF HEIGHT VARIES 4" MIN. TO 8" MAX.) PER CNB DWG. -1.92% © NO. STD -182-L. r- -i �� O9 REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT PCC N u- LL_ DRIVEWAY PER CNB DWG. NO. STD -162-L. + r_� o'l o + 0 10 REMOVE AND REPLACE EXISTING CITY STREET LIGHT PULL BOXES TO GRADE PER CNB DWG. NO. STD -204-L. L 10 REMOVE EXISTING STREET LIGHT POLE AND FOUNDATION. m1_. -.X SALVAGE EXISTING POLE. INSTALL EXISTING STREET LIGHT POLE CD p 0 �`' �� ON NEW FOUNDATION (TO MATCH EXISTING LOCATION) TO NEW di L, O rn cn + SIDEWALK FINISHED GRADE PER CNB DWG. NO. 200-L. N - '� 12 REMOVE, SALVAGE AND REINSTALL EXISTING FIRE HYDRANT +0.21% r -0.31% r (TO MATCH EXISTING LOCATION) TO NEW FINISHED GRADE PER _® -0.82% I CNB DWG. N0. STD -500-L. ------------ EXISTING E'LY FL O U O 0 0 0— + 14+00 p0 O m po0 m \ O U 0 n 00 ro 0014- U + �r + �r �j ~ — — -2.77%_ +N � r +0.21% 315 317 319 321 323 325 327 329 ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE 8 3A ao co m Ian nn n InI�I n R'I01IFV ANADE AVE ANADE AVE ANADE AVE ANADE AVENUE I.n/.111011TH ANADE AVE CONTRACTOR SHALL COORDINATE WITH UTILITY OWNERS TO ADJUST TO GRADE ALL UTILITY BOXES WRFN THE LIMITS OF PROPOSED IMPROVEMENTS PLANS PREPARED BY: Cannon QFtOFESS/OA, A SO F 1s 16842 VON K RMAN AVENUE SUITE 150 C/) Z IRVINE, CALIFORNIA 92606 P 949.]53.8111 F 805 544 3863 w m � N0. C68420 � UNDER THE SUPER VI ION OF: �r �TqT CIVIL ��\F 11/18/19 F of cAVF° GARY ESS A. SOLSONA R.C.E. 68420 DATE DESIGNED:DRAW JD/DM/NP D•/DM/NP CHECKED: DATE: NO. GS 11/18/19 ANADE AVE ANADE AVE DATE DESCRIPTION OF REVISIONS I.n1.111m.11TH DISPOSITION NOTES 15+00 EDGEWATER PL REVIEWED: PATRICIA S. KHARAZMI, PE ASSISTANT CIVIL ENGINEER APPROVED DATE: 11/18/19 LEGEND: L�j PROTECT IN PLACE EXISTING IMPROVEMENT (TYPE PER PLAN). OF EXISTING SIDEWALK OR LANDSCAPING AND CONSTRUCT �2 REMOVE EXISTING AND INSTALL NEW CITY WATER VALVE BOX 10 PROPOSED CONCRETE AND COVER TO GRADE. IMPROVEMENTS PER CONSTRUCTION NOTES O1 , 3A ADJUST PULLBOX TO GRADE BY OTHERS (UTILITY OWNER PER _ PLAN). �75_ — — — 3A ADJUST VAULT TO GRADE BY OTHERS (UTILITY OWNER PER PLAN). J -0.36% © CD ® REMOVE AND DISPOSE OF EXISTING TREE (TYPE PER PLAN). L` © ADJUST UTILITY COVER TO GRADE (BY OTHERS). 00 O I_, X ro n W + O z ❑9 LOCATION OF EXISTING "THROUGH CURB DRAIN". WHERE PROPOSED "THROUGH o FLOWLINE IS ABOVE EXISTING FLOWLINE, RECONSTRUCT CURB DRAIN" (FROM CURB FACE TO PROPERTY LINE ONLY) PER PROFILE SCALE: CITY OF NEWPORT BEACH STANDARD STD -184-L. ENSURE 1.5" HORIZ: 1 "=20' MIN CONCRETE COVER OVER PIPE THROUGH CURB. VERT: 1 "-4' 12 ADJUST EXISTING AIR VENT TO GRADE (BY OTHERS). 15+00 EDGEWATER PL REVIEWED: PATRICIA S. KHARAZMI, PE ASSISTANT CIVIL ENGINEER APPROVED DATE: 11/18/19 LEGEND: REMOVE INTERFERING PORTIONS OF EXISTING SIDEWALK OR LANDSCAPING AND CONSTRUCT NEW LANDSCAPING IMPROVEMENTS PER SHEET 18 PROPOSED CONCRETE ° IMPROVEMENTS PER CONSTRUCTION NOTES O1 , 3A OR Og CONTRACTOR SHALL NOT STOCKPILE ON TOP OF TM VALVE MANHOLE CONTRACTOR SHALL PROVWE ACCESS TO TWE VALVE CONTRACTOR SHALL PROTECT TWE VALVE N PLACE I I EDGEWATER AVENUE 0 10 20 40 60 80 SCALE: 1 " = 20' C-7184-2 STREET PLAN - ANADE AVENUE CONCRETE STREET PAVEMENT RECONSTRUCTION EAST BAY AVENUE TO EDGEWATER AVENUE CITY OF NEWPORT BEACH R -6098-S PUBLIC WORKS DEPARTMENT SHEET g of 25 PROPOSED W'LY TC m o M M m rr\Ur-UJE Qom � \ 0�0\ o\ .� .-. p U U p U 0 0) 00u) 00 0 ~ �.ri �v �� O (p Ln In ON0 coo W Nr N r N r N W N Q0 m I, Z + + I� Z r r r O I N r O - — - - -- - +0.20% -0.29% ----------+0.35%-- - --- - -- -- -- - ----0.22%-- �LL --- QJ �v��0mX0Zo LL. - +0.00% oN fU LLN^X Co\ LLJ 00 00 O0 O 00 J 0 LL. 00 i + LL. W 0 L Ln+ m +m -+ ONZ + + 00= p oM-= r oEXISTING0 EXISTING FS AT X LCACD \ W S T AT M _L_Z m OZ 0 HQ O = Q0 0oQ� 0 IN 0 ? 0 m ( O V) 0 + Ln LL IL 0 O O LL Lp Ln 00 LOnQLc+++Lr) Qq 7 10 O+N Nr N O r � r=(_0_82%) 0.7 -067% +0.36% . -0.20% LL O cn o V) o cn o (n 00 QW 0LL 0 0 L 0 L o +I 0 +I o Ln Ln ON Lno Om 0cy) .r-. Or NI - V) N EXISTING E' O P- o U t OU o~ STANDARD STD -184-L. ENSURE 1.5" 00 o o� —/—EXISTING E' r. 0)-H N NU 0 m �� O 9 �N 06 O 0 N^ O U 00 r �� 12 O PROPOSED E'LY FL r o ---+0.300- - -- --- Ln LO - ---- -0.22%---- -- r + Ln 0 ' coo 0QOmL 0 +o m -H �- �J� o.~. I-- oI o.~. Q 1L +� ++ 0) + �� Or o� �..OLC? x+.) �cD +- L[)m om L0r, o Co m m N r 0.67 ---#�3�'1 ------ --- ----- --m--0Q -Q -----=00%-- LL N)U=_ N m Oto o f . J Oci LO (0_j CD m OrnJ O 0 00�QN-H � OD 1`0 Z LL_ _ Lj_ N LL Zo Lc) =O UN N - O .. �r 00 coJ O T O o�00 +LLm r �� X00 C9 0 (� J V) N EXISTING E' 0 O P- o U t OU o~ STANDARD STD -184-L. ENSURE 1.5" 00 o o� Oo r. 0)-H N NU 0 m �� O 9 �N 06 O 0 -H O N r- 00 r �� 12 O +� m N r ---+0.300- - -- --- Ln LO - ---- -0.22%---- -- r - 0 0QOmL 0 Q Q �J� O O �OJ0 INhLL + Q 1L +� ++ 0) + 0000 + �oU . 0 = x+.) �cD r 0 0� Z_ NNO LL. CL r+j�0 r- -0.23% J o� OLVL ib ron m STANDARD STD -184-L. ENSURE 1.5" Jra 0 to T wLu CD Z J Z U LO (n © m STANDARD STD -184-L. ENSURE 1.5" MIN CONCRETE COVER \p O\ — - - - - - �\ CD 0 m �� O 9 �N 06 W 0 V Win �= �O BASIN TO GRADE. + � HORIZ: 1"=20' 12 ADJUST EXISTING AIR VENT TO GRADE LL VERT: 1 "=4' r = -0.30% l. -0.21 % --d-_ � r - r rr ROPOSED ELY TC U �� o� CONSTRUCTION NOTES 01 REMOVE EXISTING AND CONSTRUCT 8" THICK PCC STREET PAVEMENT OVER COMPACTED SAND PER CNB DWG. NO. STD -109-L AND TYPICAL SECTIONS ON SHEET 2. O2 REMOVE EXISTING AND CONSTRUCT PCC CURB (TYPE B) PER CNB DWG. NO. STD -182-L (CF HEIGHT TO MATCH EXISTING). O3 REMOVE EXISTING SIDEWALK AND/OR LANDSCAPING AND CONSTRUCT 4" THICK PCC SIDEWALK PER CNB DWG. N0. STD -180-L. O5 DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY-COATED DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC PAVEMENT. O SAWCUT, REMOVE EXISTING AND CONSTRUCT TYPE "B" PCC CURB ONLY (CF HEIGHT VARIES 4" MIN. TO 8" MAX.) PER CNB DWG. NO. STD -182-L. O9 REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT PCC DRIVEWAY PER CNB DWG. NO. STD -162-L. gq REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT PCC ALLEY APPROACH TYPE A PER CNB DWG. NO. STD -142-L. 10 REMOVE AND REPLACE EXISTING CITY STREET LIGHT PULL BOXES TO GRADE PER CNB DWG. NO. STD -204-L. DISPOSITION NOTES - 0N.'. ® LP] PROTECT IN PLACE EXISTING IMPROVEMENT (TYPE PER PLAN). REMOVE EXISTING AND INSTALL NEW CITY WATER VALVE BOX AND COVER TO GRADE. © ADJUST PULLBOX TO GRADE BY OTHERS (UTILITY OWNER PER - — PLAN). 3A ADJUST VAULT TO GRADE BY OTHERS (UTILITY OWNER PER PLAN). ® REMOVE AND DISPOSE OF EXISTING TREE (TYPE PER PLAN). �5 REMOVE EXISTING AND INSTALL NEW WATER METER FRAME AND COVER TO GRADE. 7 � © ADJUST UTILITY COVER TO GRADE (BY OTHERS). LOCATION OF EXISTING "THROUGH CURB DRAIN". WHERE PROPOSED FLOWLINE IS ABOVE EXISTING FLOWLINE, _ - - - - - RECONSTRUCT "THROUGH CURB DRAIN" (FROM CURB FACE TO 10+00 11+00 12+00 13+00 14+00 15+00 EAST BAY 305 307 509 311 313 315 317 319 321 325 325 327 AVENUE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE ALLEIfi 3 (� X 10+86.41 117 Z 118 I PROP CB N V)= U Z w 3 ALLEY z SEE SHEET 13 121 o < zo I- >- o I BAY AVE 10+86.41 BEGIN 11+82.11 BEGIN V P P c' Z �CL U P T--00>�� 11+00.00 END 2 12+42.75 END 8 X I P P P I 6 3 I 9A EDGEWATER PL LI_ o � � 3 3 9 A P � F- 3 P I ,,� I I T � P m ~ C-) I i-1 o N X Q P W L� j l m P o w 3 12 12 4 m IL, z P � m w m Q I 2 15+22.80 N �o2'- m V) P i� cnl II w z 9 z o g 00� cnw P U I I 16.84' LT cn Q 0 T,"i U w P 0 = �- w w = a + Um e w o u N I cn 6 z U w cn �z p ��Li I m w 3 U o_ w 4 4 9 a.Z J U I � o w � U cnI,, J o U a, + �' o 10 9 o w > g ¢ w I I �' ¢ EX R/W I p N p w a_ O_ I m = } LIMITS OF CONCRETE r7 cfl I- CD W cp X W Z J 19 Z J 0, X I I U W X I W Ww U ( o 0- J 00 w a. Ln w ¢ w ¢ w o o wrri 0- v + a w a cn w x x J PAVEMENT RECONSTRUCTION I.r) X L(j o ¢ ¢ ¢ Q Z¢ M W W W ¢ + w J + + ¢ o+ U c" Z Q Z Q J I N ¢ C3�(/i IM + ¢ JOIN EX. CL L :� o C CL O J J .a = (� L - J Z PROPERTY LINE ONLY) PER CITY OF NEWPORT BEACH LO (n © 1) SEE SHEET 13 FOR PROPOSED STANDARD STD -184-L. ENSURE 1.5" MIN CONCRETE COVER N -H - - - - — - - - - - - - - o m�_ 0 REMOVE EXISTING INLET. o z 9 ON JW LL_ 11 Win �= �O BASIN TO GRADE. + � HORIZ: 1"=20' 12 ADJUST EXISTING AIR VENT TO GRADE (BY OTHERS). VERT: 1 "=4' CONSTRUCTION NOTES 01 REMOVE EXISTING AND CONSTRUCT 8" THICK PCC STREET PAVEMENT OVER COMPACTED SAND PER CNB DWG. NO. STD -109-L AND TYPICAL SECTIONS ON SHEET 2. O2 REMOVE EXISTING AND CONSTRUCT PCC CURB (TYPE B) PER CNB DWG. NO. STD -182-L (CF HEIGHT TO MATCH EXISTING). O3 REMOVE EXISTING SIDEWALK AND/OR LANDSCAPING AND CONSTRUCT 4" THICK PCC SIDEWALK PER CNB DWG. N0. STD -180-L. O5 DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY-COATED DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC PAVEMENT. O SAWCUT, REMOVE EXISTING AND CONSTRUCT TYPE "B" PCC CURB ONLY (CF HEIGHT VARIES 4" MIN. TO 8" MAX.) PER CNB DWG. NO. STD -182-L. O9 REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT PCC DRIVEWAY PER CNB DWG. NO. STD -162-L. gq REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT PCC ALLEY APPROACH TYPE A PER CNB DWG. NO. STD -142-L. 10 REMOVE AND REPLACE EXISTING CITY STREET LIGHT PULL BOXES TO GRADE PER CNB DWG. NO. STD -204-L. DISPOSITION NOTES - 0N.'. ® LP] PROTECT IN PLACE EXISTING IMPROVEMENT (TYPE PER PLAN). REMOVE EXISTING AND INSTALL NEW CITY WATER VALVE BOX AND COVER TO GRADE. © ADJUST PULLBOX TO GRADE BY OTHERS (UTILITY OWNER PER - — PLAN). 3A ADJUST VAULT TO GRADE BY OTHERS (UTILITY OWNER PER PLAN). ® REMOVE AND DISPOSE OF EXISTING TREE (TYPE PER PLAN). �5 REMOVE EXISTING AND INSTALL NEW WATER METER FRAME AND COVER TO GRADE. 7 � © ADJUST UTILITY COVER TO GRADE (BY OTHERS). LOCATION OF EXISTING "THROUGH CURB DRAIN". WHERE PROPOSED FLOWLINE IS ABOVE EXISTING FLOWLINE, _ - - - - - RECONSTRUCT "THROUGH CURB DRAIN" (FROM CURB FACE TO 10+00 11+00 12+00 13+00 14+00 15+00 EAST BAY 305 307 509 311 313 315 317 319 321 325 325 327 AVENUE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE ALLEIfi 3 (� X 10+86.41 117 Z 118 I PROP CB N V)= U Z w 3 ALLEY z SEE SHEET 13 121 o < zo I- >- o I BAY AVE 10+86.41 BEGIN 11+82.11 BEGIN V P P c' Z �CL U P T--00>�� 11+00.00 END 2 12+42.75 END 8 X I P P P I 6 3 I 9A EDGEWATER PL LI_ o � � 3 3 9 A P � F- 3 P I ,,� I I T � P m ~ C-) I i-1 o N X Q P W L� j l m P o w 3 12 12 4 m IL, z P � m w m Q I 2 15+22.80 N �o2'- m V) P i� cnl II w z 9 z o g 00� cnw P U I I 16.84' LT cn Q 0 T,"i U w P 0 = �- w w = a + Um e w o u N I cn 6 z U w cn �z p ��Li I m w 3 U o_ w 4 4 9 a.Z J U I � o w � U cnI,, J o U a, + �' o 10 9 o w > g ¢ w I I �' ¢ EX R/W I p N p w a_ O_ I m = } LIMITS OF CONCRETE r7 cfl I- CD W cp X W Z J 19 Z J 0, X I I U W X I W Ww U ( o 0- J 00 w a. Ln w ¢ w ¢ w o o wrri 0- v + a w a cn w x x J PAVEMENT RECONSTRUCTION I.r) X L(j o ¢ ¢ ¢ Q Z¢ M W W W ¢ + w J + + ¢ o+ U c" Z Q Z Q J I N ¢ C3�(/i IM + ¢ JOIN EX. CL L :� o C CL O J J .a = (� L - _ D — - n ° 15+22.80 LEGEND: I ° ° ° _ �� T AT G D D -� ° ° °^' ° :•:a •: ..d . d ° • . ° ° . ° . ° . ..°. . •e•...° e • ° ° ° ° ..°.. ..°.' . ° . • .°.. • .° . ° .°.. ° •� d° I/ ° I LIMITS OF CONCRETE I IONS E� - - >� - e� >9 g e o e a e e e e ° - -d-3- �� - d ° d d ° ° ° PAVEMENT RECONSTRUCTION E— CV ^a ° ° ° d d d ° ° ° ° ° ° I a ° d ° ° ° REMOVE INTERFERING PORT ST - - -T- - �- a -T --°-T---�--°--13--d \° d ° d \/ ° d d° ST ° ° ° 7 ° ° ° ° ° d d° d ° ° ° °° ° ° ° M ° d ° 8 ° 4' A a d a �a JOIN EX. ° ° ° e ° e ° e ° 1 e e e° a e° a °° ° ° ° ° ° d ° P PSD ° I ° , OF EXISTING SIDEWALK OR 10�Oq� _ _ I ° ° SEE SHEE 13 d d ° ° I I ° �' LANDSCAPING AND CONSTRUCT ° I _ +00 ° ° 12°+00 ° d 13+00 ° ° ° 1400 ° d d ° ° � � ° a15+00 ° ° NEW LANDSCAPING d A ° ° ° ° � ° a °Q °N15°39'44„E_ I ° a e e e ° e e e d 15+43 IMPROVEMENTS PER SHEET 19 P _ - d — n r ems— + a — ° I -TV �� I ° d °�� a °° el d ° °- -a _�/�_ �e ° ° ° � — I > e e rv�� a d < I a I ° _- II ° ° ° d ° d ° ° e e e e e° a e° a a a e e e e e a ° d e d b d ° ° ° d ■ CD U ° ° e A I I A e e A e e e 1° ° fl m a °- -w- e ° ° / a a a �� 4 I e e e e° a e° a e° e e e d e e e e ° ° - _ e ° ° d° d ° d °--w-----w-- w�- �w � PROPOSED CONCRETE PROP° SD ° ° d ° A ° U x > I I 5 e e °° ° e d d EX CF ° A ¢ I m ^ ° ° ° °d N \I ° ° ° d d ° ° ° ° e ° e ° e I e ° e a e e ° e e e e w IMPROVEMENTS PER `� ° d N IX CONSTRUCTION NOTES O1 ,O3 ,O9 EX R W ° ° d SG H OLJ. -I I I � ° ° ° d e ° ° e e ° e ° e ° e ° e ° ° e ° e e EE S > U o 9 ° e 0 M P 0 9A I m I w o I a e e e I CD I I � W W ■ �- >- w 3 w 11 o� I I I w N� a w w ¢ m w 3 cn 3 3 00� 3 �� 3 Q N �- o p w o I o O w w w o a x co p �- 0 0 w m w o 0 0 CD cp ' ' W w N ~ ~ a � T o w o CL N o w o rri w m r pr I I I �� > zV) I � CL � m r o = _- w wm w o x +ol= + o o M o Z:) V) o+ I I o ¢ 0_ ¢ I x a w a �- m 0 00 n w I� I- J w a. ,n cn I� I I U w o_ o o w w w 1 1 > �- ¢ + cn o + e w v + ^-D a + �” X w o w U cn w w + + U w + I- CC J W I- W W W _ W N Lf) ¢ U CN W � G7 2 F- C3� V) � > Q I I X ¢ 0_Ucn 9 ¢ ¢ � U - Nom U I- N o_ ¢ II - wJ v rn ¢ �cn�- x a x 2 w x I I w 9 w c�1U w 9 x ow w P w Q ow w o- LLI �, i Z Q I 5 P P P P Q 4 4 9 4 4 wCL (n 10 N P w EDGEWATER AVENUE Ww I P Uw < P 11 P 10 P P P � 0-Lnn P P 0� I 00 �� 9 I LLJP P P P I 3 P P P Nm 3 o�wz WZ +�W I 3 I I I I 4 I 00 WOw �WZow II i�0 i 10 o�,rw I I I I I I I I I I I 123 (14 + �zmo + _ Z = o ; I 120 308 310 312 314 316 318 320 322 324 326 328 330 EDGEWATER PL o N U C~!7 11 . o o �) ►�— I BAY AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE w MONTERO AVE MONTERO AVE o 0 o U I V) uj W J W CONTRACTOR SHALL NOT STOCKPLE ON TOP OF TOE VALVE MANHOLE CONTRACTOR SHALL PROVOE ACCESS TO TOE VALVE CONTRACTOR SHALL PROTECT TOE VALVE N PLACE J Z PROPERTY LINE ONLY) PER CITY OF NEWPORT BEACH LO (n © 1) SEE SHEET 13 FOR PROPOSED STANDARD STD -184-L. ENSURE 1.5" MIN CONCRETE COVER N -H OVER PIPE THROUGH CURB. SIGNING +� �`o 10 REMOVE EXISTING INLET. 3) SEE SHEET 19 AND 23 FOR PROPOSED 9 REMOVE EXISTING INLET AND BACKFILL TO NEW GRADE. MONTERO 11 ADJUST EXISTING INFILTRATION CATCH BASIN TO GRADE. PROFILE SCALE: HORIZ: 1"=20' 12 ADJUST EXISTING AIR VENT TO GRADE (BY OTHERS). VERT: 1 "=4' _ D — - n ° 15+22.80 LEGEND: I ° ° ° _ �� T AT G D D -� ° ° °^' ° :•:a •: ..d . d ° • . ° ° . ° . ° . ..°. . •e•...° e • ° ° ° ° ..°.. ..°.' . ° . • .°.. • .° . ° .°.. ° •� d° I/ ° I LIMITS OF CONCRETE I IONS E� - - >� - e� >9 g e o e a e e e e ° - -d-3- �� - d ° d d ° ° ° PAVEMENT RECONSTRUCTION E— CV ^a ° ° ° d d d ° ° ° ° ° ° I a ° d ° ° ° REMOVE INTERFERING PORT ST - - -T- - �- a -T --°-T---�--°--13--d \° d ° d \/ ° d d° ST ° ° ° 7 ° ° ° ° ° d d° d ° ° ° °° ° ° ° M ° d ° 8 ° 4' A a d a �a JOIN EX. ° ° ° e ° e ° e ° 1 e e e° a e° a °° ° ° ° ° ° d ° P PSD ° I ° , OF EXISTING SIDEWALK OR 10�Oq� _ _ I ° ° SEE SHEE 13 d d ° ° I I ° �' LANDSCAPING AND CONSTRUCT ° I _ +00 ° ° 12°+00 ° d 13+00 ° ° ° 1400 ° d d ° ° � � ° a15+00 ° ° NEW LANDSCAPING d A ° ° ° ° � ° a °Q °N15°39'44„E_ I ° a e e e ° e e e d 15+43 IMPROVEMENTS PER SHEET 19 P _ - d — n r ems— + a — ° I -TV �� I ° d °�� a °° el d ° °- -a _�/�_ �e ° ° ° � — I > e e rv�� a d < I a I ° _- II ° ° ° d ° d ° ° e e e e e° a e° a a a e e e e e a ° d e d b d ° ° ° d ■ CD U ° ° e A I I A e e A e e e 1° ° fl m a °- -w- e ° ° / a a a �� 4 I e e e e° a e° a e° e e e d e e e e ° ° - _ e ° ° d° d ° d °--w-----w-- w�- �w � PROPOSED CONCRETE PROP° SD ° ° d ° A ° U x > I I 5 e e °° ° e d d EX CF ° A ¢ I m ^ ° ° ° °d N \I ° ° ° d d ° ° ° ° e ° e ° e I e ° e a e e ° e e e e w IMPROVEMENTS PER `� ° d N IX CONSTRUCTION NOTES O1 ,O3 ,O9 EX R W ° ° d SG H OLJ. -I I I � ° ° ° d e ° ° e e ° e ° e ° e ° e ° ° e ° e e EE S > U o 9 ° e 0 M P 0 9A I m I w o I a e e e I CD I I � W W ■ �- >- w 3 w 11 o� I I I w N� a w w ¢ m w 3 cn 3 3 00� 3 �� 3 Q N �- o p w o I o O w w w o a x co p �- 0 0 w m w o 0 0 CD cp ' ' W w N ~ ~ a � T o w o CL N o w o rri w m r pr I I I �� > zV) I � CL � m r o = _- w wm w o x +ol= + o o M o Z:) V) o+ I I o ¢ 0_ ¢ I x a w a �- m 0 00 n w I� I- J w a. ,n cn I� I I U w o_ o o w w w 1 1 > �- ¢ + cn o + e w v + ^-D a + �” X w o w U cn w w + + U w + I- CC J W I- W W W _ W N Lf) ¢ U CN W � G7 2 F- C3� V) � > Q I I X ¢ 0_Ucn 9 ¢ ¢ � U - Nom U I- N o_ ¢ II - wJ v rn ¢ �cn�- x a x 2 w x I I w 9 w c�1U w 9 x ow w P w Q ow w o- LLI �, i Z Q I 5 P P P P Q 4 4 9 4 4 wCL (n 10 N P w EDGEWATER AVENUE Ww I P Uw < P 11 P 10 P P P � 0-Lnn P P 0� I 00 �� 9 I LLJP P P P I 3 P P P Nm 3 o�wz WZ +�W I 3 I I I I 4 I 00 WOw �WZow II i�0 i 10 o�,rw I I I I I I I I I I I 123 (14 + �zmo + _ Z = o ; I 120 308 310 312 314 316 318 320 322 324 326 328 330 EDGEWATER PL o N U C~!7 11 . o o �) ►�— I BAY AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE w MONTERO AVE MONTERO AVE o 0 o U I V) uj W J W CONTRACTOR SHALL NOT STOCKPLE ON TOP OF TOE VALVE MANHOLE CONTRACTOR SHALL PROVOE ACCESS TO TOE VALVE CONTRACTOR SHALL PROTECT TOE VALVE N PLACE J Z NOTES: g 1) SEE SHEET 13 FOR PROPOSED STORM DRAIN IMPROVEMENTS ON MONTERO AVENUE 2) SEE SHEET 17 FOR PROPOSED SIGNING AND STRIPING IMPROVEMENTS ON MONTERO AVENUE 3) SEE SHEET 19 AND 23 FOR PROPOSED TREES, LANDSCAPE PLANTING, AND IRRIGATION IMPROVEMENTS ON MONTERO AVENUE _ D — - n ° 15+22.80 LEGEND: I ° ° ° _ �� T AT G D D -� ° ° °^' ° :•:a •: ..d . d ° • . ° ° . ° . ° . ..°. . •e•...° e • ° ° ° ° ..°.. ..°.' . ° . • .°.. • .° . ° .°.. ° •� d° I/ ° I LIMITS OF CONCRETE I IONS E� - - >� - e� >9 g e o e a e e e e ° - -d-3- �� - d ° d d ° ° ° PAVEMENT RECONSTRUCTION E— CV ^a ° ° ° d d d ° ° ° ° ° ° I a ° d ° ° ° REMOVE INTERFERING PORT ST - - -T- - �- a -T --°-T---�--°--13--d \° d ° d \/ ° d d° ST ° ° ° 7 ° ° ° ° ° d d° d ° ° ° °° ° ° ° M ° d ° 8 ° 4' A a d a �a JOIN EX. ° ° ° e ° e ° e ° 1 e e e° a e° a °° ° ° ° ° ° d ° P PSD ° I ° , OF EXISTING SIDEWALK OR 10�Oq� _ _ I ° ° SEE SHEE 13 d d ° ° I I ° �' LANDSCAPING AND CONSTRUCT ° I _ +00 ° ° 12°+00 ° d 13+00 ° ° ° 1400 ° d d ° ° � � ° a15+00 ° ° NEW LANDSCAPING d A ° ° ° ° � ° a °Q °N15°39'44„E_ I ° a e e e ° e e e d 15+43 IMPROVEMENTS PER SHEET 19 P _ - d — n r ems— + a — ° I -TV �� I ° d °�� a °° el d ° °- -a _�/�_ �e ° ° ° � — I > e e rv�� a d < I a I ° _- II ° ° ° d ° d ° ° e e e e e° a e° a a a e e e e e a ° d e d b d ° ° ° d ■ CD U ° ° e A I I A e e A e e e 1° ° fl m a °- -w- e ° ° / a a a �� 4 I e e e e° a e° a e° e e e d e e e e ° ° - _ e ° ° d° d ° d °--w-----w-- w�- �w � PROPOSED CONCRETE PROP° SD ° ° d ° A ° U x > I I 5 e e °° ° e d d EX CF ° A ¢ I m ^ ° ° ° °d N \I ° ° ° d d ° ° ° ° e ° e ° e I e ° e a e e ° e e e e w IMPROVEMENTS PER `� ° d N IX CONSTRUCTION NOTES O1 ,O3 ,O9 EX R W ° ° d SG H OLJ. -I I I � ° ° ° d e ° ° e e ° e ° e ° e ° e ° ° e ° e e EE S > U o 9 ° e 0 M P 0 9A I m I w o I a e e e I CD I I � W W ■ �- >- w 3 w 11 o� I I I w N� a w w ¢ m w 3 cn 3 3 00� 3 �� 3 Q N �- o p w o I o O w w w o a x co p �- 0 0 w m w o 0 0 CD cp ' ' W w N ~ ~ a � T o w o CL N o w o rri w m r pr I I I �� > zV) I � CL � m r o = _- w wm w o x +ol= + o o M o Z:) V) o+ I I o ¢ 0_ ¢ I x a w a �- m 0 00 n w I� I- J w a. ,n cn I� I I U w o_ o o w w w 1 1 > �- ¢ + cn o + e w v + ^-D a + �” X w o w U cn w w + + U w + I- CC J W I- W W W _ W N Lf) ¢ U CN W � G7 2 F- C3� V) � > Q I I X ¢ 0_Ucn 9 ¢ ¢ � U - Nom U I- N o_ ¢ II - wJ v rn ¢ �cn�- x a x 2 w x I I w 9 w c�1U w 9 x ow w P w Q ow w o- LLI �, i Z Q I 5 P P P P Q 4 4 9 4 4 wCL (n 10 N P w EDGEWATER AVENUE Ww I P Uw < P 11 P 10 P P P � 0-Lnn P P 0� I 00 �� 9 I LLJP P P P I 3 P P P Nm 3 o�wz WZ +�W I 3 I I I I 4 I 00 WOw �WZow II i�0 i 10 o�,rw I I I I I I I I I I I 123 (14 + �zmo + _ Z = o ; I 120 308 310 312 314 316 318 320 322 324 326 328 330 EDGEWATER PL o N U C~!7 11 . o o �) ►�— I BAY AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE w MONTERO AVE MONTERO AVE o 0 o U I V) uj W J W CONTRACTOR SHALL NOT STOCKPLE ON TOP OF TOE VALVE MANHOLE CONTRACTOR SHALL PROVOE ACCESS TO TOE VALVE CONTRACTOR SHALL PROTECT TOE VALVE N PLACE REMOVE EXISTING TREE AND ADJACENT CONCRETE PANEL AND REPLACE WITH KENTIA PALM TREE IN A 36" BOX AND MULCH. w what's beim Call beh ne you dig. MONTERO AVENUE CONTRACTOR SHALL COORDINATE WITH UTLITY OWNERS TO ADJUST TO GRADE ALL UTILITY BOXES WITHIN THE UNITS OF PROPOSED IMPROVEMENTS PLANS PREPARED BY: Cannon Q ,OFESS/ON A 16842 VON K IRAN AVENUE SUITE 150 0 (� Z IRVINE, CALIFORNIA 92606 P 999]538111 F8055443863 w M NO. C68420 z UNDER THE SUPER VI ION OF: sIx civic ��\e 11/18/19 F OF CA��FO GARY ESS A. SOLSONA R.C.E. 68420 DATE DESIGNED: DRAW JD/DM/NPJD/DM/NP CHECKED: DATE: NO. GS 11/18/19 DATE I DESCRIPTION OF REVISIONS REVIEWED: PATRICIA S. KHARAZMI, PE ASSISTANT CIVIL ENGINEER APPROVED DATE: 11 /18/19 0 10 20 40 60 80 SCALE: 1 " = 20' C-7184-2 STREET PLAN - MONTERO AVENUE CONCRETE STREET PAVEMENT RECONSTRUCTION EAST BAY AVENUE TO EDGEWATER AVENUE CITY OF NEWPORT BEACH R -6098-S PUBLIC WORKS DEPARTMENT SHEET 10 OF 25 J Z g LLJM LLJ> CL CL REMOVE EXISTING TREE AND ADJACENT CONCRETE PANEL AND REPLACE WITH KENTIA PALM TREE IN A 36" BOX AND MULCH. w what's beim Call beh ne you dig. MONTERO AVENUE CONTRACTOR SHALL COORDINATE WITH UTLITY OWNERS TO ADJUST TO GRADE ALL UTILITY BOXES WITHIN THE UNITS OF PROPOSED IMPROVEMENTS PLANS PREPARED BY: Cannon Q ,OFESS/ON A 16842 VON K IRAN AVENUE SUITE 150 0 (� Z IRVINE, CALIFORNIA 92606 P 999]538111 F8055443863 w M NO. C68420 z UNDER THE SUPER VI ION OF: sIx civic ��\e 11/18/19 F OF CA��FO GARY ESS A. SOLSONA R.C.E. 68420 DATE DESIGNED: DRAW JD/DM/NPJD/DM/NP CHECKED: DATE: NO. GS 11/18/19 DATE I DESCRIPTION OF REVISIONS REVIEWED: PATRICIA S. KHARAZMI, PE ASSISTANT CIVIL ENGINEER APPROVED DATE: 11 /18/19 0 10 20 40 60 80 SCALE: 1 " = 20' C-7184-2 STREET PLAN - MONTERO AVENUE CONCRETE STREET PAVEMENT RECONSTRUCTION EAST BAY AVENUE TO EDGEWATER AVENUE CITY OF NEWPORT BEACH R -6098-S PUBLIC WORKS DEPARTMENT SHEET 10 OF 25 +I W � Z N ^X +I W +C z o co 0 +0.41 0��O ----- %----r -- -r =L- �Lo -0.20% - — - - X w O J O 0 z Orn - OLL_ zH cNJ0 P + � + 0_ ter= r�r eQ0 � 00 I Z 1 X00��O CO J O EXISTING FS AT DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC 1\ ST PAVEMENT. p^ 0+1 0r- N opo 0V, 00 N o�Z o�CL 0`` D 0�0 (Z N 0 + - + o D D O �rJ 0.20% - - I I D D e D e O V) w > 0 +1 , D, E QQ + o cr_} Q M -Is 10+00 301 �� I 305 LinI ALVARADO PL ALVARADO PL EAST BAY AVENUE I � W' +� +Ln +� �Lo W U H — O O O L` r + +7 N Nr X040 PROPOSED FS X w o� + Z o^ Orn - 00 zH + P � 0 Ln 1 Nr r 10+00 301 �� I 305 LinI ALVARADO PL ALVARADO PL EAST BAY AVENUE I � � +� +Ln +� �Lo 000 P — O O O L` r + +7 N Nr X040 PROPOSED FS m Z O J 0 O [L O N = +7 Mr J N r —------+$.2�% o_ Orn - O O + P � 0 Ln 1 Nr r ter= r�r XD m I Z 1 X00��O r O Un ----SS ' -----ssLn o� ^ DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC 1\ 1 ST PAVEMENT. p^ 0+1 0r- N 0� + 00 N 767 _j I D ° +ted + 17 I D D I J IL I I D D e D e D O w > ro D , D, E QQ E cr_} Q M -Is -. Q Lo 1 O N I Im �0 m I + II I U Z O P I 5 Z 0 w C_ ----��� I 0`'0 0 "t + ~ > 7, p J Q w w 0' ' 206 BAY AVE KG what's bokm Cull bee ne you ag. 11+00 00 0 +� +Ln +� �Lo 000 r ---- — O O O L` r + +7 N Nr X040 PROPOSED FS m Z O J 0 O [L O N = +7 Mr J N r —------+$.2�% Ln Lc)+� Orn - O O + O O � 0 LL. Nr r ter= r�r LC) + ooO cq + +(D �� X00��O r O -� 0-.271� ON U W 0) 307 309 ALVARADO PL ALVARADO PL JUS- 'ALLEY IALVARADO PL ALVARADO PL I � I i ' ALVARADO PL CONTRACTOR SHALL COORDINATE WITH UTrJTY OWNERS TO ADJUST TO GRADE ALL UTLITY BOXES WITHIN THE LMTS OF PROPOSED NPROVENENTS PROPOSED W'LY FL U OU O^X O^ +iW Ocp + f�Z O +� O EXISTING E'LY TG - 311 ALVARADO PL 310 112 ALVARADO PL 12+00 O O O+IW Ln N U ^X O O^ (o Z_ I� O + 7) Nr +� +Ln +� O L.14 r- ------ -- r ---- — O O O L` r + +7 N Nr X040 PROPOSED FS m Z O J 0 O [L O N = +7 Mr J r Ln Lc)+� Orn - FL U OU O^X O^ +iW Ocp + f�Z O +� O EXISTING E'LY TG - 311 ALVARADO PL 310 112 ALVARADO PL 12+00 O O O+IW Ln N U ^X O O^ (o Z_ I� O + 7) Nr m� O X O 0 0 rU_m O ALVARADO PL 0 Ln Lc)+� Orn - FL ..w + +co � AND Nr Nr r ter= r�r - - - - +0_27%r +(D -- X00��O 10 O -� 0-.271� ON o� ^ DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC O� PAVEMENT. p^ 0+1 0r- N 0� + 00 N 767 _j �" U OU O^X O^ +iW Ocp + f�Z O +� O EXISTING E'LY TG - 311 ALVARADO PL 310 112 ALVARADO PL 12+00 O O O+IW Ln N U ^X O O^ (o Z_ I� O + 7) Nr 317 O X O X 0o�Z0-1 Ln PROPOSED r� E'LY ALVARADO PL � � ALVARADO PL 02 FL 13+00 EXISTING m V) 0 0 0 r�0 L0 +nom -pro ---- N 01 313 315 317 O X O X ALVARADO PLALVARADO o^w ALVARADO PL ALVARADO PL ALVARADO PL 02 Lo ..w ® CNB DWG. NO. STD -182-L (CF HEIGHT TO MATCH EXISTING). AND +1�z REMOVE EXISTING SIDEWALK AND/OR LANDSCAPING AND +(OZ ,r)� OLr) +Lo +(D -- X00��O 10 O -� 0-.271� r ------- ADJUST VAULT TO GRADE BY OTHERS (UTILITY OWNER PER PLAN) DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC PAVEMENT. ® gq r\�Lo 0� APPROACH TYPE A PER CNB DWG. NO. STD -142-L. 767 _j O� +ted + 17 r7 (0 Il- ro m V) 0 0 0 r�0 L0 +nom -pro ---- N 01 313 315 317 319 321 323 ALVARADO PL ALVARADO PLALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL 314 112 AL316 VARADO PL 318 ALVARADO PL ALVARADO PL ALVARADO PLACE PLANS PREPARED BY: Cannon 16842 VON K IRAN AVENUE SUITE 150 IRVINE, CALIFORNIA 92606 PM97538111 F8055443863 UNDER THE SUPER VI ION OF: 11/18/19 GARY ESS A. SOLSONA R.C.E. 68420 DATE OV) 0I +r +0.22% X0.20% — - 14+00 325 327 ALVARADO PL ALVARADO PL 320 322 324 ALVARADO PL ALVARADO PL ALVARADO PL LnIEn I ► I OQROFESS/ON A `gyp �Z c9 - D m C(- N0. C68420 z sT civic��`P DESIGNED: DRAWN: 9TH OF FO JD/DM/NP JD/DM/NP CHECKED: GS 11/18/19, DATE: NO. DATE DESCRIPTION OF REVISIONS EXISTING W"LY FL 0 Z_ J 0 LL_ EL r _ N CD r= m� 0 Z oc\n 0 LL. a_ Lo + 0 ori rn C to -0.47% - - - -0.50% — CONSTRUCTION NOTES NOTES: O1 REMOVE EXISTING AND CONSTRUCT 8" THICK PCC STREET - DRAIN IMPROVEMENTS ON ALVARADO PAVEMENT OVER COMPACTED SAND PER CNB DWG. NO. _ 2) SEE SHEET 17 FOR PROPOSED STD -109-L AND TYPICAL SECTIONS ON SHEET 2. AND STRIPING IMPROVEMENTS 02 REMOVE EXISTING AND CONSTRUCT PCC CURB (TYPE B) PER ® CNB DWG. NO. STD -182-L (CF HEIGHT TO MATCH EXISTING). AND 03 REMOVE EXISTING SIDEWALK AND/OR LANDSCAPING AND PLACE ADJUST PULLBOX TO GRADE BY OTHERS (UTILITY OWNER PER CONSTRUCT 4" THICK PCC SIDEWALK PER CNB DWG. NO. STD -180-L. 10 O DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY-COATED 3A ADJUST VAULT TO GRADE BY OTHERS (UTILITY OWNER PER PLAN) DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC PAVEMENT. ® gq REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT PCC ALLEY APPROACH TYPE A PER CNB DWG. NO. STD -142-L. 767 DISPOSITION NOTES ©PROTECT IN PLACE EXISTING IMPROVEMENT (TYPE PER PLAN). m N 10 ❑1 ADJUST MANHOLE FRAME AND COVER TO GRADE. N o �2 REMOVE EXISTING AND INSTALL mooNEW CITY WATER VALVE BOX n AND COVER TO GRADE. I,- u0 -H �0) r O PROFILE SCALE- HORIZ: 1"=20' VERT: 1"=4' 15+00 10 1 I I I I 329 ALVARADO PL ; I 205 IAL_LE I(I EDGEWATER PL NOTES: 1) SEE SHEET 14 FOR PROPOSED STORM DRAIN IMPROVEMENTS ON ALVARADO PLACE 2) SEE SHEET 17 FOR PROPOSED SIGNING AND STRIPING IMPROVEMENTS ON ALVARADO PLACE ® TREES, LANDSCAPE PLANTING, AND IRRIGATION IMPROVEMENTS ON ALVARADO PLACE ADJUST PULLBOX TO GRADE BY OTHERS (UTILITY OWNER PER � PLAN). N 3A ADJUST VAULT TO GRADE BY OTHERS (UTILITY OWNER PER PLAN) u0 -H �0) r O PROFILE SCALE- HORIZ: 1"=20' VERT: 1"=4' 15+00 10 1 I I I I 329 ALVARADO PL ; I 205 IAL_LE I(I EDGEWATER PL LEGEND: EDGEWATER REMOVE INTERFERING PORTIONS AVENUE OF EXISTING SIDEWALK OR LANDSCAPING AND CONSTRUCT NEW LANDSCAPING / � IMPROVEMENTS PER SHEET 20 I / J PROPOSED CONCRETE IMPROVEMENTS PER CONSTRUCTION NOTEOI ,03 , OR 9A j o j / CONTRACTOR SHALL NOT STOCKPLE ON TOP OF WE VALVE MANHOLE CONTRACTOR SHALL PROVOE ACCESS TO TOE VALVE CONTRACTOR SHALL PROTECT TOE VALVE N PLACE LUULVVh ILIA FL EDGEWATER PL 0 10 20 40 60 80 SCALE: 1 " = 20' C-7184-2 REVIEWED: STREET PLAN - ALVARADO PLACE CONCRETE STREET PAVEMENT RECONSTRUCTION PATRICIA S. KHARAZMI, PE EAST BAY AVENUE TO EDGEWATER AVENUE ASSISTANT CIVIL ENGINEER CITY OF NEWPORT BEACH R -6098—S APPROVED DATE: 11/18/19 PUBLIC WORKS DEPARTMENT SHEET 11 OF 25 NOTES: 1) SEE SHEET 14 FOR PROPOSED STORM DRAIN IMPROVEMENTS ON ALVARADO PLACE 2) SEE SHEET 17 FOR PROPOSED SIGNING AND STRIPING IMPROVEMENTS ON ALVARADO PLACE 3) SEE SHEET 20 AND 24 FOR PROPOSED TREES, LANDSCAPE PLANTING, AND IRRIGATION IMPROVEMENTS ON ALVARADO PLACE LEGEND: EDGEWATER REMOVE INTERFERING PORTIONS AVENUE OF EXISTING SIDEWALK OR LANDSCAPING AND CONSTRUCT NEW LANDSCAPING / � IMPROVEMENTS PER SHEET 20 I / J PROPOSED CONCRETE IMPROVEMENTS PER CONSTRUCTION NOTEOI ,03 , OR 9A j o j / CONTRACTOR SHALL NOT STOCKPLE ON TOP OF WE VALVE MANHOLE CONTRACTOR SHALL PROVOE ACCESS TO TOE VALVE CONTRACTOR SHALL PROTECT TOE VALVE N PLACE LUULVVh ILIA FL EDGEWATER PL 0 10 20 40 60 80 SCALE: 1 " = 20' C-7184-2 REVIEWED: STREET PLAN - ALVARADO PLACE CONCRETE STREET PAVEMENT RECONSTRUCTION PATRICIA S. KHARAZMI, PE EAST BAY AVENUE TO EDGEWATER AVENUE ASSISTANT CIVIL ENGINEER CITY OF NEWPORT BEACH R -6098—S APPROVED DATE: 11/18/19 PUBLIC WORKS DEPARTMENT SHEET 11 OF 25 EAST IBAY AVENUE 106 BAY AVE J � 305 ANADE AVE ■ E T T wwhait"s beloviL Call before you dig. ILI 9 11+00 ALLEY I I I I I, II II ii: I w o') 3W__ En n + U D D D 0)Z Z __OO Of n > > > > In ZZZZ Z + O c c F� U ZD: N N N N -5n�j��� 307 309 ! 311 52 Vi ANADE AVE ANADE AVE ANADE AVE 53 PN 50 m nj UI II U WL�g�un �OOJJ � _ QLEj �n r7 Of� w °' Q I O N 2 O NLE,L I, Z a � JQQO &_jI LLJ WclJ 0i W O X�J� � Z I E, Ia C I ® I+ T I Vi I E 0 .. 0 I I v, ..�Wz .N..�i .�. > I� Z r O PROPOSED FS A7 ST EXISTING FS AT ST 273.96 LF 12" PVC PIPE SD, S=0.10% Q10=1.15 CFS I 12+00 13+00 N Vi 0 .. z cr + ..�Wz .N..�i .�. > I� Z r O m Z Z Z � M > > > > X�J� x + N L�- (n 0 ZZZZ z +---- NaoO 101 -t N N (V N �-'t co +I F Z 5 0� c�mc� �(n���� J 00 U ASSUMED LOCATION OF EXISTING WATER. GAS. COMMUNICATION & ELECTRICAL UTILITY (CONTRACTOR SHALL POTHOLE TO FIELD VERIFY LOCATION) 14+00 .0/ � J ^ U kl:'� 00 U ALLEY 1 313 1 315 1 317 1 319 ! 321 1 323 1 325 52 327 329 ANADE AVE ANADE AVE ANADE AVE ANADE AVE I ANADE AVE I ANADE AVE ANADE AVE 53 ANADE AVE 5 0 Lt NANADE AVE 50 I I >" J� I I I I I W I I 0 m N N M rrj'n W LIJ I I I I I J I I U II M N W~_ n� �ZI= oz II ZJz III I I I I I N re� I I < Q ch a �'QQ� WOf I 0_ C14 I I No I Wpm 1 I I Z II I 1 N a I� p I I IIch V a J I a i �� • I I F I k�Z4 I I11 I fr RW EX CF I U Ln CV ^ ST CL 12+00 `J T i� L N E 0 C �i ^ V I IW - - I I • I II N Z nLr7T- v I � EX RW I I I o I o o j EX OF I I U E QI I mU ON I N3:to rho I I I +o aN a0OZQn +ZI I I IU �0 UlC�2 0�NQ�� �� W W 7)I I I 56 52 a M II w Q = 57 CiZJU1Jco 110 302 ; 304 53 50 306 308 310 312 314 BAY AVE ANADE AVE I� ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE 13+00 m no _T_I I I I I I I I ANADE AVENUE 316 318 ANADE AVE I ANADE AVE 14+00 T E�� E o ❑ ElLvl ° o CD o � I I I I LnI f c EX RW I o m EX CF II O OI > O N W of I I o Q I a �= 1 N I I Q I �N<,n I N WWZ 0z I Qom I rnmQQO I rho un I I +cd OI �arN lY,nNQZE I +Z I I �O (nC�S a N II LUJ<0 I IU. I I TN 52 c�z_juu)oa 57 I 56 50 I 320 322 53 324 326 ANADE AVE ANADE AVE ANADE AVE ANADE AVE PLANS PREPARED BY: Cannon �?, EXAs,Qoq�� 16842 VON KARMAN AVENUE SUITE 150 (n m IRVINE, CALIFORNIA 92606 P949.753.8111 F805.544.3863 w D jTj NO. C68420 UNDER THE SUPERVISION OF: �r s� civic ��\e 11/18/19 9 OF CA��F� GARY ESSE;� A. SOLSONA R.C.E. 68420 DATE DESIGNED:DRAW JD/DM/NP D./DM/NP CHECKED: DATE: NO. GS 11/18/19 DATE DESCRIPTION OF REVISIONS 123.58 LF 12" PVC PIPE SD, S= Q10 = .18 CFS 15+00 107 EDGEWATER PL 109 EDGEWATER PL EX 12" PIPE SD. S=3.5% I 50 W W J " m Lo 00 N Z J II I 10 PROFILE SCALE: HORIZ: 1"=20' VERT: 1 "=4' GENERAL NOTES 1. IF VERTICAL CLEARANCE BETWEEN PIPES IS LESS THAN 12", PROVIDE SLURRY FILL BETWEEN PIPES. CLEARANCE SHALL BE 6 INCHES MINIMUM. CONSTRUCTION NOTES 50 CONSTRUCT 12" PVC (SDR -35) STORM DRAIN PIPE PER DETAIL B ON SHEET 2 FOR CONCRETE BACKFILL. 52 REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT CURB INLET TYPE OS PER CNB DWG. NO. STD -306-L. 53 CONSTRUCT PCC LOCAL DEPRESSION PER CNB STD -304-L (L=3.5'). 54 CONNECT NEW PVC PIPE TO EXISTING CONCRETE CATCH BASIN PER MODIFIED CITY OF NEWPORT BEACH STANDARD PLAN STD -303-L ON SHEET 3. 55 REMOVE AND RECONSTRUCT AFFECTED PORTIONS OF LOCAL DEPRESSION, TO NEAREST JOINT PER CNB DWG. NO. STD -304-L. DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY-COATED DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC GUTTER. 56 INSTALL STORM DRAIN CLEANOUT PER DETAIL 56 ON SHEET 4. 57 INSTALL 12" DOUBLE WYE. USE ADDITIONAL FITTINGS AS NEEDED FOR INCOMING PIPE ANGLE. EDGEWATER AVENUE i - - 15+� � I jT � 57 D� -14 SEE SHEET 15 FOR PROPOSED STORM DRAIN LATERAL PROFLES CONTRACTOR SHALL NOT STOgCPLE ON TOP OF TIDE VALVE MANHOLE CONTRACTOR SHALL PROVIDE ACCESS TO TIDE VALVE. CONTRACTOR SHALL PROTECT TIDE VALVE N - - PLACE I I I Lf Lo I <o z c 111 U cn Ul cD EDGEWATER PL 54 i REVIEWED: e�0AWr PATRICIA S. KHARAZMI, PE ASSISTANT CIVIL ENGINEER APPROVED DATE: 11/18/19 0 10 20 40 60 80 SCALE: 1 " = 20' C-7184-2 STORM DRAIN PLAN - ANADE AVENUE CONCRETE STREET PAVEMENT RECONSTRUCTION EAST BAY AVENUE TO EDGEWATER AVENUE CITY OF NEWPORT BEACH R -6098—S PUBLIC WORKS DEPARTMENT SHEET 12 OF 25 10 5 w o' — ^ w ��0 � 50 ���� to � U �Nw En U D D z z rn nr) 0 0 +�0>>>> o 0cazzzz 1 0 O N N N N Z II 121 U uj I CD �0-1 Q�� Eco �m��ZIJ—i o Il I cn In In In Lo O J U PROPOSED FS AT ST (� F- EXISTING FS AT ST 282.68 LF 12" PVC PIPE SD, S=0.10% Q10 = 0.53 CFS ASSUMED LOCATION OF EXISTING COMMUNICATION, TELEVISION, AND E (CONTRACTOR SHALL POTHOLE TO FIELD VERIFY LOCATION) _ ,n3:Zwn cn oz z z p o "'» >> co — — �zzzz +:___ o M2 (I_ wQM��M J QO 00 QO o0 U -q- 136.47 LF 12" PVC PIPE SD, S=0.10% Q10 = 1.18 CFS GAS — CONTRACTOR SHALL POTHOLE TO FIELD VERIFY LOCA 11+00 12+00 13+00 14+00 ALLEY ALLEY 305 307 309 311 313 315 317 319 321 52 325 325 327 II I, 52 i MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE ' MONTERO AVE MONTERO AVE ' MONTERO AVE a _C14 MONTERO AVE 50 MONTERO AVE ' MONTERO AVE 53 I I 50 I o � w J�NLo I UwL�gI I I I I +U(I 0_�r�'o I I((AA 118 00 I I a-0OJ0J� I 50 I I I �ZI= Nc�O Ulww II +"III -���w ww Q� Trr,NOQc=n BAY AVE o = "0NOQ= rn I ccn o_ O z II w—Iz ¢� m(o Of _j '0) _j �of CL o JzzO (n o O Z 11 wZZ f :�00 N ��w 0 Cif JZ—O — C)1 0— n cn o I w 0�w o z`�' '' o I � I I wok � J N � w 0 cn Of I I y EX RW I I I I I I I EX RW c/L 2'cn EX CF v EX CF w N I T ----Ll N—TV v— -- -----N--- —N— -- -- N— '� N� @— —N — --N---- T.' pp---N---L --- ----- —�-- TCti■ ■ �y 1 O O $ O Q ■r n / m l 3 1 Lf)04 m +00 A / ST CL 12+00 13+00 _N _ _ --�..D9- - -N- - - - -N— _N—L!_ — ---fid=— — --- _'ry — �� — -N-----N ---- N----N—�i'd—�----N - -ry I W I � I • I WI - z, I_j 50 EX RW w U �Nw J 0703a 11 N I� N 1 0 w0 1 off C14 3: J W w Z O ���ZJ Z II 121 J uj I CD �0-1 Q�� Eco �m��ZIJ—i o Il I V) of a- �m ro I I � 0 51 0 U I 326 50 328 330 EDGEWATER PL U I MONTERO AVE MONTERO U > H � cJ I Z) oc o o w OQ I �J�wf / In z O0 {� I I I O NII pJ �N�= I I 1� I +m � I � N r) II w +z ± � I � I ej I I C�7_jcn00 of Z (� 56 52 57 'Q 120 50 308 I lu I BAY AVE 53 MONTERO AVE wwhaft beloviL Call before you dig. 1 LLEX RW I I I I I I I I EX CF I I I I 'MONTERO AVENUE I I I I 310 312 314 316 318 320 MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE PLANS PREPARED BY: Cannon 16842 VON KARMAN AVENUE SUITE 150 IRVINE, CALIFORNIA 92606 P949.753.8111 F805.544.3863 UNDER THE SUPERVISION OF: 11/18/19 GARY ESSEe, A. SOLSONA R.C.E. 68420 DATE WATER 15+00 V) z_ _ r > z � N N I rn � Q � CD 5�co 2 CO cfl ii (ASSUMED) 10 5 PROFILE SCALE: HORIZ: 1"=20' VERT: 1 "=4' EDGEWATER AVENUE 50 EX RW w U �Nw J 0703a 11 N I� 0U 1 LLEX RW I I I I I I I I EX CF I I I I 'MONTERO AVENUE I I I I 310 312 314 316 318 320 MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE PLANS PREPARED BY: Cannon 16842 VON KARMAN AVENUE SUITE 150 IRVINE, CALIFORNIA 92606 P949.753.8111 F805.544.3863 UNDER THE SUPERVISION OF: 11/18/19 GARY ESSEe, A. SOLSONA R.C.E. 68420 DATE WATER 15+00 V) z_ _ r > z � N N I rn � Q � CD 5�co 2 CO cfl ii (ASSUMED) 10 5 PROFILE SCALE: HORIZ: 1"=20' VERT: 1 "=4' EDGEWATER AVENUE W 50 EX RW w U �Nw J EX CF N I� 0U w0<cn oM � ZI off C14 3: J W w Z O ���ZJ Z II 121 J uj I CD EDGEWATER PL I W /QROFESS/p� X A. S q� 1iPp 2� v m w NO. C68420 CIViII ��`� DESIGNED: DRAWN: q OF CP'_ JD/DM/NP JD/DM/NP CHECKED: GS 11/18/19[ DATE: N0. DATE DESCRIPTION OF REVISIONS 55 EX RW ki� U �Nw EX CF 0U w0<cn � ZI off C14 3: J W w Z O ���ZJ OM M0 uj I CD I Q�� Eco �m��ZIJ—i o Il 00 (n V) of a- rn w Of ch C31ZJ(n0a- ro I I � 51 I 123 322 324 52 326 50 328 330 EDGEWATER PL MONTERO AVE MONTERO AVE 53 MONTERO AVE MONTERO AVE MONTERO AVE /QROFESS/p� X A. S q� 1iPp 2� v m w NO. C68420 CIViII ��`� DESIGNED: DRAWN: q OF CP'_ JD/DM/NP JD/DM/NP CHECKED: GS 11/18/19[ DATE: N0. DATE DESCRIPTION OF REVISIONS 15--r- 5- 43 GENERAL NOTES 1. IF VERTICAL CLEARANCE BETWEEN PIPES IS LESS THAN 12", PROVIDE SLURRY FILL BETWEEN PIPES. CLEARANCE SHALL BE 6 INCHES MINIMUM. CONSTRUCTION NOTES 50 CONSTRUCT 12" PVC (SDR -35) STORM DRAIN PIPE PER DETAIL B ON SHEET 2 FOR CONCRETE BACKFILL. 51 CONSTRUCT JUNCTION STRUCTURE PER CNB DWG. NO. STD -310-L ON SHEET 4. 52 REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT CURB INLET TYPE OS PER CNB DWG. NO. STD -306-L. 53 CONSTRUCT PCC LOCAL DEPRESSION PER CNB STD -304-L (L=3.5'). 54 CONNECT NEW PVC PIPE TO EXISTING CONCRETE CATCH BASIN PER MODIFIED CITY OF NEWPORT BEACH STANDARD PLAN STD -303-L ON SHEET 3. 55 REMOVE AND RECONSTRUCT AFFECTED PORTIONS OF LOCAL DEPRESSION, TO NEAREST JOINT PER CNB DWG. NO. STD -304-L. DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY-COATED DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC GUTTER. 56 INSTALL STORM DRAIN CLEANOUT PER DETAIL 56 ON SHEET 4 57 INSTALL 12" DOUBLE WYE. USE ADDITIONAL FITTINGS AS NEEDED FOR INCOMING PIPE ANGLE. p SpEE 3FEET 15 FOR PROPOSED STORM DRAIN LATERAL PROFLES CONTRACTOR SHALL NOT STOCKPLE ON TOP OF TDE VALVE MANHOLE CONTRACTOR SHALL PROVDE ACCESS TO TDE VALVE. CONTRACTOR SHALL PROTECT TDE VALVE N - - PLACE 7,4-1 1 1 Uj" 1 + ~T~ 1U < J Z (n 0 o�� 1 1 U co 1 54 1, 1 1 1 1 1 0 10 20 40 60 80 SCALE: 1 " = 20' C-7184-2 REVIEWED: STORM DRAIN PLAN - MONTERO AVENUE eO�,� CONCRETE STREET PAVEMENT RECONSTRUCTION PATRICIA S. KHARAZMI, PE EAST BAY AVENUE TO EDGEWATER AVENUE ASSISTANT CIVIL ENGINEER CITY OF NEWPORT BEACH R -6098-S APPROVED DATE: 11/18/19 PUBLIC WORKS DEPARTMENT SHEET 13 OF 25 55 10 I ki� 1 15--r- 5- 43 GENERAL NOTES 1. IF VERTICAL CLEARANCE BETWEEN PIPES IS LESS THAN 12", PROVIDE SLURRY FILL BETWEEN PIPES. CLEARANCE SHALL BE 6 INCHES MINIMUM. CONSTRUCTION NOTES 50 CONSTRUCT 12" PVC (SDR -35) STORM DRAIN PIPE PER DETAIL B ON SHEET 2 FOR CONCRETE BACKFILL. 51 CONSTRUCT JUNCTION STRUCTURE PER CNB DWG. NO. STD -310-L ON SHEET 4. 52 REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT CURB INLET TYPE OS PER CNB DWG. NO. STD -306-L. 53 CONSTRUCT PCC LOCAL DEPRESSION PER CNB STD -304-L (L=3.5'). 54 CONNECT NEW PVC PIPE TO EXISTING CONCRETE CATCH BASIN PER MODIFIED CITY OF NEWPORT BEACH STANDARD PLAN STD -303-L ON SHEET 3. 55 REMOVE AND RECONSTRUCT AFFECTED PORTIONS OF LOCAL DEPRESSION, TO NEAREST JOINT PER CNB DWG. NO. STD -304-L. DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY-COATED DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC GUTTER. 56 INSTALL STORM DRAIN CLEANOUT PER DETAIL 56 ON SHEET 4 57 INSTALL 12" DOUBLE WYE. USE ADDITIONAL FITTINGS AS NEEDED FOR INCOMING PIPE ANGLE. p SpEE 3FEET 15 FOR PROPOSED STORM DRAIN LATERAL PROFLES CONTRACTOR SHALL NOT STOCKPLE ON TOP OF TDE VALVE MANHOLE CONTRACTOR SHALL PROVDE ACCESS TO TDE VALVE. CONTRACTOR SHALL PROTECT TDE VALVE N - - PLACE 7,4-1 1 1 Uj" 1 + ~T~ 1U < J Z (n 0 o�� 1 1 U co 1 54 1, 1 1 1 1 1 0 10 20 40 60 80 SCALE: 1 " = 20' C-7184-2 REVIEWED: STORM DRAIN PLAN - MONTERO AVENUE eO�,� CONCRETE STREET PAVEMENT RECONSTRUCTION PATRICIA S. KHARAZMI, PE EAST BAY AVENUE TO EDGEWATER AVENUE ASSISTANT CIVIL ENGINEER CITY OF NEWPORT BEACH R -6098-S APPROVED DATE: 11/18/19 PUBLIC WORKS DEPARTMENT SHEET 13 OF 25 10 ♦00 I � I � ` 301 I � ALVARADO PL I � I \ I \ I � rn I � I I I I I 5 \ I \ 305 \\' ALVARADO PL I \ \ \ I \ \ \ 223.32 LF 12" PVC PIPE SD, S=0.10% Q10I= 0.85 CFS 11+00 12+00 13+00 N �.�Z �. 3: W `. 309 311 313 315 317 319 2 ALVARADO PL I ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL 3 I 50 50 LIJ U_ _0W > 04 NNS UW WO Q I I I MNJ N M I I II >I=p(ntYW Q I I I N ��N I I Q N�O<= 0 ZN O J 0 z II Qz X-0 cr II 1 --I O. a J Q 1 _ 81 CWS JQ� Q (n Ln > NZ Z Z Z IUj a_ v Z U) N > > > 100 Z Z -- > J Q (0---- + V) C14 N N N< > > r')— C14 IN C14 PROPOSED FS AT ST J CO `D InC° D] X z O i N J 0) EXISTING FS AT ST U N WI J � o 10 Ucn�-t >Qoo < cnn (6 -H 5 \ I \ 305 \\' ALVARADO PL I \ \ \ I \ \ \ 223.32 LF 12" PVC PIPE SD, S=0.10% Q10I= 0.85 CFS 11+00 12+00 13+00 307 I 309 311 313 315 317 319 2 ALVARADO PL I ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL 3 I 50 50 LIJ U_ _0W > Um UW WO Q I I I MNJ N M I I II >I=p(ntYW Q I I I N ��N I I Q N�O<= 0 ZN O J 0 z II Qz X-0 cr II 1 --I O. a J Q 1 CWS JQ� Q IUj a_ 153.74 LF 12" PVC PIPE SD, S=0.10% Q10 = 1.45 CFS I—I _ d ASSUMED LOCATION OF EXISTING WATER, ELECTRICAL AND 00 COMMUNICATION UTILITY E 12" PIPE SD, S=3.5% (CONTRACTOR SHALL POTHOLE TO FIELD VERIFY LOCATION) 14+00 15+00 32152 323 325 ALVARADO PL ALVARADO PL ALVARADO PL 53 50 ODM ;LJJgN� `nU II �oNc') M >I 2 04r7 uj C) Q Q II o Q N QJ �� �zJQZO H IY J � J �� 1 Q0O I W Of W N I L I ALLEY, 3271 329 I ALVARADO PL ALVARADO PL 205 VP50 EDGEWATER PL J I O It I Gi rl� CN K) O U-) I Z J +�, i • CD i I P Fm aW --N----- OO \ ,��� 11+ O� --—N-----N-----TV _12-+-00-N-- O—N-----N-----N-----N-----N-1-3+-OB—N-----N-----N---------N-----Ni4�B0--N-----N- ---- ----=sem=--- ----- ---- — -- ------------ ----- ----- --- ----- --- — -- — ---- ---- - --- ----- ---- --- ----- -- — T 1 cn cn rn W w cn U] (n cn In cn (n In I j I I I I I I I I I I I I I I I I I I I I E E I I I I E E W LJ' I W' I �Nw r F'F-iI I 0 WI ON � II In I 0>CM 0W 04 OO "� WNI + 0>-No�Q_3O>W I 0 NNQz� 51 I I I a N (0 II W <0 I I zJ(n00- 52 <I 304 53 306 50 308 310 ' 2O6 ALVARADO PL I � i 1 ALVARADO PL ALVARADO PL 310 1 /2 1-- I BAY AVE ' I ALVARADO PL I 1 I 1 U) I— I ALLEY wwmft belm Call before you dig. I ] (] In lull I — — 29 Q9 B I E_ I I I I I I I I l o v � `r I I I I I I I 00 ALYARADO PLACE I I + J oNw ' WOQN I I I I I0) N 3: _j ('In I I I I I W N —� O Q W +� 1 �NNQZW 312 I 314 51 I 52 N II w<0 207A I I I c�zJcno0 , ALVARADO PL 314 112 I ALVA 6 PL 1 318 1 53 322 5° 324 i 1 I EDGEWATER PL ALVARADO PL ALVARADO PL AL ARAODO PL ALVARADO PL AlVARADO PL j I I PLANS PREPARED BY: Cannon I??0ESS/ON ��c,0 �gSEX A Al 16842 VON KARMAN AVENUE SUITE 150 c/) p Z IRVINE, CALIFORNIA 92606 (til P949.753.8111 F 805.544.3863 w jl'l CC N0. C68420 -:0 UNDER THE SUPERVISION OF: ON CIVIU ��\P 11/18/19 F OF CA��FO GARY ESSE;. A. SOLSONA R.C.E. 68420 DATE DESIGNED:DRAW JD/DM/NP D./DM/NP CHECKED: DATE: NO. GS 11/18/19 DATE DESCRIPTION OF REVISIONS 10 PROFILE SCALE: HORIZ: I"=20' VERT: 1 "=4' EDGEWATER AVENUE \II 111 0 4 m U o z F- L— X L0 W dj O + L LU/ wQ EDGEWATER PL Z N oF- 54 � REVIEWED: PATRICIA S. KHARAZMI, PE ASSISTANT CIVIL ENGINEER APPROVED DATE: 11/18/19 II GENERAL NOTES 1. IF VERTICAL CLEARANCE BETWEEN PIPES IS LESS THAN 12", PROVIDE SLURRY FILL BETWEEN PIPES. CLEARANCE SHALL BE 6 INCHES MINIMUM. CONSTRUCTION NOTES 50 CONSTRUCT 12" PVC (SDR -35) STORM DRAIN PIPE PER DETAIL B ON SHEET 2 FOR CONCRETE BACKFILL. 51 CONSTRUCT JUNCTION STRUCTURE PER CNB DWG. NO. STD -310—L ON SHEET 4. 52 REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT CURB INLET TYPE OS PER CNB DWG. NO. STD -306—L. 53 CONSTRUCT PCC LOCAL DEPRESSION PER CNB STD -304—L (L=3.5'). 54 CONNECT NEW PVC PIPE TO EXISTING CONCRETE CATCH BASIN PER MODIFIED CITY OF NEWPORT BEACH STANDARD PLAN STD -303—L ON SHEET 3. 55 REMOVE AND RECONSTRUCT AFFECTED PORTIONS OF LOCAL DEPRESSION, TO NEAREST JOINT PER CNB DWG. NO. STD -304—L. DRILL AND INSTALL 12" LONG #4 DOWELS (EPDXY—COATED DOWELS) AT 12" O.C. EMBED HALFWAY IN ADJACENT PCC GUTTER. 56 INSTALL STORM DRAIN CLEANOUT PER DETAIL 56 ON SHEET SEE SHEET 15 FOR PROPOSED STORM DRAIN LATERAL PROFlLES CONTRACTOR SHALL NOT STOCKPILE ON TOP OF TDE VALVE MANHOLE CONTRACTOR SHALL PROVDE ACCESS TO TIDE VALVE. CONTRACTOR SHALL PROTECT TDE VALVE N PLACE 0 10 20 40 60 80 SCALE: 1 " = 20' C-7184-2 STORM DRAIN PLAN - ALVARADO AVENUE CONCRETE STREET PAVEMENT RECONSTRUCTION EAST BAY AVENUE TO EDGEWATER AVENUE CITY OF NEWPORT BEACH R -6098-S PUBLIC WORKS DEPARTMENT SHEET 14 of 25 1 20 1 15 1 5 1 0 —0+40 1 20 1 15 IIIIIIIIIIIIIIHII 1 5 0+00 ANADE STORM DRAIN LATERAL 1 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' _ o r- a) LiJ m U r2 Z I� LJi O LL O 0� Z> o cc) w ) m U ~O ry O � z O Li LL O Z> z v)z J mN Q = F- O Q cnzU4 006 LJiO O� -N ~ Z> **z zcv)? Q_ ,)JMc\j Q� � U Q -J cn Z U Q LL �z W �O cD cD 2i 7 -:j �v _ r- LL �iW.Zi JZ V) m O W W O > Z_Z_Z0 ODNZ Q OU Q' Q JmN �NNNN O Q��cq [K- O Q� Z Ut �rn 0) c� 0) cD r- 0) 00 I- W m O W LL 0 LiN Z > co = N Z Dcl) U Q- E3 f J MN ZO � Q=� � U� V) � O QN Z Uu7O ( -:j =) oL,� WO W 00— Q 2i W .Zi 0 —Q �F-Z_> O Z (/) Z C� Q_ U O bj W O O Z>_ z (n z N _ 0 I<--- —con �OZU4 Nlu-i >r7 x LO cn cnI J U O Z Z O "? >>> Q z± N m N J 0 Z Z Z �- - - 0 0_ m J � _� Cf F- O Q N ozun m �N N N ZI a- O I �NNN ri ori ri 0fLn �c<0o � R O J 00N Q= O J mN Q= O 0 Oi-U Q_ � O Q7 O QD' �O O Q� ZUIn ZUIn R Jr A ASSUMED LOCATION OF ELECTRICAL UTILITY (CONTRACTOR TO FIELD VERIFY) R ASSUMED LOCATION OF ELECTRICAL UTILITY (CONTRACTOR TO FIELD VERIFY) 22.93 LF 12" PVC PIPE SD, S=0.10% .I v 22.90 LF 12" PVC PIPE SD, 5=0.10% R ASSUMED LOCATION COMMUNICATION (CONTRACTOR TO OF 23.00 UTILITY FIELD VERIFY) 23.03 LF 12" PVC PIPE SD, 5=0.10% SD, S=0.10% ASSUMED LOCATION OF COMMUNICATION UTILITY (CONTRACTOR TO FIELD VERIFY) 26.01 LF 12" PVC PIPE SD, S=0.10% ASSUMED LOCATION OF COMMUNICATION UTILITY (CONTRACTOR TO FIELD VERIFY) PIPE SD, S=0.09% 18.20 LF 12" PVC 14.04 LF 12" PVC PIPE SD, 5=0.107d —0+40 1 20 1 15 IIIIIIIIIIIIIIHII 1 5 0+00 ANADE STORM DRAIN LATERAL 1 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' 20 20 15 15 10 10 5 5 0 0 1+00 1+105 0+50 MONTERO STORM DRAIN LATERAL 1 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' _ o r- a) LiJ 00 W o cc) w ) m U ~O ry O � z O Li LL O Z> z v)z J mN Q = F- O Q cnzU4 cn Z ZZZO � > > > > CD -Z Z Z Z 00 N N N N � � oD oo oD co LJiO O� -N ~ Z> **z zcv)? Q_ ,)JMc\j Q� � U Q -J cn Z U Q LL Z D of>>>> V)u�ZZZZ O FZ 5 �O cD cD 2i 7 -:j �v _ r- LL �iW.Zi JZ V) m O W W O > Z_Z_Z0 ODNZ Q OU Q' Q JmN �NNNN O Q��cq [K- O Q� Z Ut �rn 0) c� 0) cD r- 0) 00 I- W ZlkN m -:j =) oL,� WO W 00— Q �F-Z_> O Z (/) Z C� Q_ U O bj W O O Z>_ z (n z N _ 0 I<--- —con �OZU4 Nlu-i >r7 x LO cn cnI J U LL Q JmN Q= Q�P- � ZU� J Z ? ZZO N z z z --- N N N r- a) o) a Cn-� V) co > O � LW 0 m ZI a- O I O O 0fLn �c<0o � R O J 00N Q= O J mN Q= O 0 Oi-U Q_ � O Q7 O QD' �O O Q� ZUIn ZUIn R Jr A ASSUMED LOCATION OF ELECTRICAL UTILITY (CONTRACTOR TO FIELD VERIFY) 22.90 LF 12" PVC PIPE SD, 5=0.10% R ASSUMED LOCATION COMMUNICATION (CONTRACTOR TO OF 23.00 UTILITY FIELD VERIFY) LF 12" PVC PIPE SD, S=0.10% 5.24 LF 12" PVC PIPE SD, S=0.107d 26.01 LF 12" PVC PIPE SD, S=0.10% ASSUMED LOCATION OF COMMUNICATION UTILITY (CONTRACTOR TO FIELD VERIFY) PIPE SD, S=0.09% 18.20 LF 12" PVC 14.04 LF 12" PVC PIPE SD, 5=0.107d 1+00 1+105 0+50 —0+40 20 20 15 15 10 10 5 5 0 0 1+00 ANADE STORM DRAIN LATERAL 2 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' 20 20 15 15 10 10 5 5 0 0 2+005 —0+50 MONTERO STORM DRAIN LATERAL 1 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' _ o r- a) LiJ 00 W J0000 m U ~O ry O � z O Li LL O Z> z v)z J mN Q = F- O Q cnzU4 cn Z ZZZO � > > > > CD -Z Z Z Z 00 N N N N � � oD oo oD co LJiO O� -N ~ Z> **z zcv)? Q_ ,)JMc\j Q� � U Q -J cn Z U Q Z cD r- 0) 00 I- W 0) Ln lo �i I- Z W 00— 0_�U-� U m' U O bj W O O Z>_ z (n z N _ 0 I<--- —con �OZU4 Nlu-i >r7 x LO cn cnI J U LL W .z.� V1 U `. `. DM Z Z O v~i�z z z O N N N .. N Z ��� 5 Lcs U� Lci J Ov N W J Z ? ZZO N z z z --- N N N r- a) o) a Cn-� V) co > W LJL. ZO � LW 0 m ZI a- � a- I O O 0fLn �c<0o � R O J 00N Q= O J mN Q= O 0 Oi-U Q_ � O Q7 O QD' �O O Q� ZUIn ZUIn R R r R x O r R 5.24 LF 12" PVC PIPE SD, S=0.107d 26.01 LF 12" PVC PIPE SD, S=0.10% ASSUMED LOCATION OF COMMUNICATION UTILITY (CONTRACTOR TO FIELD VERIFY) PIPE SD, S=0.09% 18.20 LF 12" PVC 14.04 LF 12" PVC PIPE SD, 5=0.107d 29.04 LF 12" PVC PIPE SD, S=0.10%— o _j ASSUMED LOCATION AND LATERAL (CONTRACTOR TO OF WATER UTILITY FIELD VERIFY) ASSUMED LOCATION OF COMMUNICATION UTILITY (CONTRACTOR TO FIELD VERIFY) 20.14 LF 12" PVC PIPE SD, 5=0.10% ASSUMED COMMUNICATION (CONTRACTOR TO FIELD LOCATION OF26.47 UTILITY VERIFY) LF 12" PVC PIPE SD, 5=0.10% APPROX. APPROX. LOCATION 2.39' INV. (CONTRACTOR OF 8" CONCRETE TO FIELD SEWER VERIFY) —0+40 20 20 15 15 10 10 5 5 0 0 1+00 ANADE STORM DRAIN LATERAL 2 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' 20 20 15 15 10 10 5 5 0 0 2+005 —0+50 0+00 1+00 1+105 0+50 ALVARADO STORM DRAIN LATERAL 1 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' 1+00 ALVARADO STORM DRAIN LATERAL 2 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' 20 15 10 5 U 2+005 0+00 MONTERO STORM DRAIN LATERAL 1 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' _ o r- a) LiJ 00 W SCD 2 U (n V) ..` ..IW ? �rw �O O m 0Q > U5 K N ZZZZ > L UQ - + . _ J +J mN r'7 N N N N Q= ..loco Q -00-- O Q u7 777�7 O N Z O m+ � J U(n cn Z ZZZO � > > > > CD -Z Z Z Z 00 N N N N � � oD oo oD co LJiO O� -N ~ Z> **z zcv)? Q_ ,)JMc\j Q� � U Q -J cn Z U Q cD r- 0) 00 I- W 0) Ln lo �i I- Z 00— 0_�U-� U m' _(D-0_ LL W .z.� V1 U `. `. DM Z Z O v~i�z z z O N N N .. N Z ��� 5 Lcs U� Lci J Ov N W m W LJL. ZO � LW 0 -<=- ZI ooh QZ � Z> ZI 00� QZ I O O 0fLn �c<0o � O J 00N Q= O J mN Q= O 0 Oi-U Q_ � O Q7 O QD' �O O Q� ZUIn ZUIn R r R x O r R 5.24 LF 12" PVC PIPE SD, S=0.107d 26.01 LF 12" PVC PIPE SD, S=0.10% ASSUMED LOCATION OF COMMUNICATION UTILITY (CONTRACTOR TO FIELD VERIFY) PIPE SD, S=0.09% 18.20 LF 12" PVC PIPE SD, 5=0.12% ASSUMED LOCATION OF COMMUNICATION UTILITY (CONTRACTOR TO FIELD VERIFY) o _j ASSUMED LOCATION AND LATERAL (CONTRACTOR TO OF WATER UTILITY FIELD VERIFY) ASSUMED LOCATION OF ELECTRICAL UTILITY (CONTRACTOR TO FIELD VERIFY) 20.14 LF 12" PVC PIPE SD, 5=0.10% ASSUMED COMMUNICATION (CONTRACTOR TO FIELD LOCATION OF26.47 UTILITY VERIFY) LF 12" PVC PIPE SD, 5=0.10% 0+00 1+00 1+105 0+50 ALVARADO STORM DRAIN LATERAL 1 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' 1+00 ALVARADO STORM DRAIN LATERAL 2 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' 20 15 10 5 U 2+005 0+00 MONTERO STORM DRAIN LATERAL 1 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' _ o r- a) LiJ 00 W SCD 2 U (n V) ..` ..IW ? �rw �O O m 0Q > U5 K N ZZZZ > L UQ - + . _ J +J mN r'7 N N N N Q= ..loco Q -00-- O Q u7 777�7 O N Z O m+ � J U(n cn Z ZZZO � > > > > CD -Z Z Z Z 00 N N N N � � oD oo oD co LJiO O� -N ~ Z> **z zcv)? Q_ ,)JMc\j Q� � U Q -J cn Z U Q U 0) 00 I- W 0) Ln lo �i I- Z J I� f W 0_�U-� U m' [ifJm M O LLJ WO O� Z_> 0_ JZ O W WO O F- Z> J zI - z v) z U Q' -<=- Q =� I O O 0fLn �c<0o � r I R � R r R 5.24 LF 12" PVC PIPE SD, S=0.107d 26.01 LF 12" PVC PIPE SD, S=0.10% ASSUMED LOCATION OF COMMUNICATION UTILITY (CONTRACTOR TO FIELD VERIFY) PIPE SD, S=0.09% 18.20 LF 12" PVC PIPE SD, 5=0.12% ASSUMED LOCATION OF COMMUNICATION UTILITY (CONTRACTOR TO FIELD VERIFY) APPROX. LOCATION OF 8" CONCRETE SEWER APPROX. 3.07' INV. (CONTRACTOR TO FIELD VERIFY) 0+00 1+00 1+105 0+50 ALVARADO STORM DRAIN LATERAL 1 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' 1+00 ALVARADO STORM DRAIN LATERAL 2 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' 20 15 10 5 U 2+005 0+00 MONTERO STORM DRAIN LATERAL 1 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' NOTE TO CONTRACTOR: CONTRACTOR TO FIELD VERIFY LOCATION AND DEVIATION PRIOR TO CONSTRUCTION OF STORM DRAIN IMPROVEMENTS. 20 20 15 15 10 10 5 5 1+00 1+105 0+50 1+00 MONTERO STORM DRAIN LATERAL 2 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' 20 15 10 5 0 2+005 C-7184-21 O N Z O m+ � J U(n cn Z ZZZO � > > > > CD -Z Z Z Z 00 N N N N � � oD oo oD co 0) 00 I- W 0) Ln lo �i I- Z J I� f W N J v I, W [ifJm M O LLJ WO O� Z_> m JZ O W WO O F- Z> zl � z Z C� Q_ zI - z v) z U Q' -<=- Q =� O Q � � u-) o �OQ00 O O 0fLn �c<0o R r R 24.67 LF 12" PVC PIPE SD, S=0.09% 18.20 LF 12" PVC PIPE SD, 5=0.12% 1+00 1+105 0+50 1+00 MONTERO STORM DRAIN LATERAL 2 SCALE: HORIZ. 1" = 20'; VERT. 1" = 4' 20 15 10 5 0 2+005 C-7184-21 EAST BAY AVE 106 BAY AVE ST I I t CONSTRUCTION NOTES GENERAL TRAFFIC NOTES BALBOA BLVD EAST BAY AVS 2p PAINT RED CURB. LOCATION TO MATCH EXISTING. LENGTH AS SHOWN ON PLAN. 1. ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE (100') PROJECT SPECIAL PROVISIONS , THE STANDARD SPECIFICATIONS I 21 INSTALL THERMOPLASTIC 12" SOLID WHITE LIMIT LINE (STOP FOR PUBLIC WORKS CONSTRUCTION (GREENBOOK), 2015 EDITION SANDARD ANS, (20') (80') I + 6TH STREET I (25') ONEPLANLIN)R CALTRANS STD PLAN A24E. LENGTH AS SHOWN DATED L201AND ALS0 PTHE CALIFORNIA UPLEMENTS, THECMANU ALALTANSONTUNIFORM TRAFFIC 201 203 205 I 60122 CONTROL DEVICES (CA MUTCD), DATED JANUARY 2014 (REVISION INSTALL THERMOPLASTIC WHITE PAVEMENT MARKING 6TH ST 23 6TH ST 6TH 5T , 603 23 o O "STOP" PER CALTRANS STD PLAN A24D. 3), THESE PLANS, AND THE CITY OF NEWPORT BEACH STANDARDS AND POLICIES. 2 I i 605 j 23 REPLACE EXISTING SIGN (TYPE PER PLAN), POST AND FOOTING af 1 I 0 Nj ¢ EX R/IV r€ BAY AVE IN-KIND. 2. THE LAYOUT FOR ALL PROPOSED PAVEMENT MARKING 2 I I=WW._.._W_._.___..____' -� 24 INSTALL NEW SIGN, POST AND FOOTING. SIGN TYPE PER PLAN. AND/OR TRAFFIC STRIPING SHALL BE "PRE -MARKED" AND/OR Iff L z EX CF ' S R� O "CAT -TRACKED' FOR INSPECTION BY THE ENGINEER OR HIS 11 _.__._._.. 04 REPRESEN STREET v `� DISPOSITION NOTES MARKINGSORSTRIPING- TO FINAL APPLICATION OF PAVEMENT 3 oma _. PROTECT IN PLACE EXISTING IMPROVEMENT (TYPE PER PLAN). 3. THE EXACT LOCATION OF ALL PERMANENT PAVEMENT ST INT ,n L=3' E R REMOVE EXISTING IMPROVEMENT (TYPE PER PLAN). MARKINGS, TRAFFIC STRIPING, AND/OR SIGNAGE SHALL BE .._ 20 � ACCEPTED BY THE ENGINEER 0R HIS REPRESENTATIVE PRIOR TO 10+00.00 6TH ST= I 14+19.67 BALBOA BLVD � �/-STREET �, � APPLICATION. X00 _ _ _ 12+0 _ 4. MATERIALS SHALL COMPLY WITH SECTION 214 - "TRAFFIC CD i STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT _3, MARKERS" OF THE SPECIAL PROVISIONS. _._..._... ry .._. N.... __ _._ ......._ ......... ?0 .. I 5. UNLESS OTHERWISE NOTED, FINAL STRIPING SHALL BE SPRAYABLE REFLECTORIZED THERMOPLASTIC AND APPLIED PER THE SPECIAL PROVISIONS. _ 6. INSTALLATION OF THE TRAFFIC SIGNS SHALL BE PER THE w I Lo EX CF EX R/W� w c SPECIAL PROVISIONS AND INSTALLED ON NEW POSTS, EXISTING POSTS, OR EXISTING STREET LIGHTS WITH NEW BRACKETS AND i J EX R W z E ¢ STAINLESS STEEL HARDWARE. ALL SIGNS INSTALLED ON BICYCLE z7 / I I� �zN n �} , SIDEWALKS SHALL PROVIDE 8 FT MIN. CLEARANCE TO BOTTOM OF 20 520 2Q 521 SIGN (EXCEPT R26 OR R28 SIGNS). SEE CITY STANDARD DRAWING (20) (80) % N BALBOA BLVD BAY AVE 23 N.. NO 924—L. (100') I I ( Ln 7, THE CONTRACTOR SHALL REMOVE ALL CONFLICTING TRAFFIC I U 23 I STRIPING AND PAVEMENT MARKINGS BY WET SANDBLASTING. ``' I I 23 in I p 8. BUFFERED BIKE LANES SHALL INCLUDE DIAGONAL STRIPES BETWEEN BIKE LANE AND BUFFER STRIPE. THE DIAGONAL STRIPE ALLEY SHALL BE 6 INCH WHITE AT 45 DEGREE ANGLE, AND PLACED AT 40 FOOT INTERVALS. 9. R81(CA) SIGNS TO BE 12"x8". ALLEY EDGEWATER AVE 10. INSTALL BLUE REFLETIVE MARKERS AT EVERY FIRE HYDRANT ALLEY PER CITY STANDARD PLAN STD -902-L. I I 105 I 11. PAVEMENT MARKERS AND TRAFFIC LINE DETAILS SHALL BE 31 321 323 325 ��� 329 I PER THE 2010 CALTRANS STANDARD PLANS. 307 309 311 313 315 317 L ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE ANADE AVE 12. ALL STICKERS, TAPE, AND DEBRIS OBSCURING EXISTING SIGNS SHALL BE REMOVED. ALL SIGNS SHALL THEN BE CLEANED I I OF ANY REMAINING ADHESIVE MATERIAL LEFT ON EXISTING SIGNS. IF ALL ITEMS CANNOT BE REMOVED AND CLEANED FROM THE 1 EXISTING SIGN THE SIGN SHALL BE REPLACED WITH A NEW SIGN P OF THE SAME TYPE AND DIMENSIONS. Jnr 107 - 13. ALL EXISTING RED CURBS SHALL HAVE EXISTING RED PAINT 20 I 20 EDGEWATER PL z Iw REMOVED TO THE SATISFACTION OF THE ENGINEER OR HIS I n t� I I Y li REPRESENTATIVE. 110 BAY AVE I 1 302 ANADE AVE 304 306 308 310 312 314 316 318 320 E 322 324 326 I I 111 I I ANADE AVE ANADE AVEANADE AVE ANADE AVE I ANADE AVE ANADE AVE ANADE AVE ANADE AVE i ANADE AVE I ANADE AVE ANADE AVE ANADE AVE i I EDGEWATER PL , SIGN LEGEND: R1-1 24" STOP R6-2 18" X 24" ONE WAY (RIGHT) R3-2 24" X 24" NO LEFT TURN R5-1 24" X 24 DO NOT ENTER ST NAME STREET NAME SIGN PER CNB DWG. NO. STD -915-L PARKING 30 30 A -12p TUESDAY S`I'RE; I� 141a`E PNG R30(CA)-1 12"X18" SIGN "A" NTS mm R30(CA)-2 12" X 18" SIGN "B" NTS C-7184-21 BAY AVE 114 { 118 ! BAY AVE 21 23 22 2 N r d - J ST f CL ALLEY ALLEY ' 305 307 309 311 313 315 317 319 321 323 325 327 ' MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE ' MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE i I 0 23 1 23 20 _.m_ _.._ 23 I I Q t i E EX W 3a d _j _,_.�� I _ _ _._ _ Z .- - - _ ......�. _ _._ �_.. _......__... IILL ] Ln ' N ST�� — 11+00 0 — — — 12+00 ° o _ _ _ 1+� oLo — — �I1 0 . e [.l44T _ I x ; r 22 I m r 3 i EX R/W m z 3 E EX CF z I 23 23 MONTERO AVENUE 120 308 310 312 314 316 318 320 322 ' 324 326 328 BAY AVE VONTERO AVE MONTLRO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTERO AVE MONTLRO AVE BAY AVE , I 301 305 1 ALVARADO PL ALVARADO PL 23 20 23 22 21 ; `j 00 ST 1 " 330 MONTERO AVE EDGEWATER AVE CONSTRUCTION NOTES 20 PAINT RED CURB. LOCATION TO MATCH EXISTING. LENGTH AS 115 SHOWN ON PLAN. ' 21 INSTALL THERMOPLASTIC 12° SOLID WHITE LIMIT LINE (STOP LINE) PER CALTRANS STD PLAN A24E. LENGTH AS SHOWN ON PLAN. 22 INSTALL THERMOPLASTIC WHITE PAVEMENT MARKING 117 'STOP" PER CALTRANS STD PLAN A24D. 23 REPLACE EXISTING SIGN (TYPE PER PLAN), POST AND FOOTING 121 IN—KIND. EDGEWATER PE I 24 INSTALL NEW SIGN, POST AND FOOTING. SIGN TYPE PER PLAN. T 23 ' DISPOSITION NOTES z ® PROTECT IN PLACE EXISTING IMPROVEMENT (TYPE PER PLAN). 15+00 F�3 Im 23 20 I` 123 EDGEWATER PL SEE SFEET 'Ia FOR GENERAL TRAFFIC NOTES. ALLEY EDGEWATER AVE 307 309 3 311 313 315 317 1 319 321 323 325 327 329 I ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL ALVARADO PL 205 EDGEWATER PL I 24 , 23 x I 20 EX R/W I EX CF 24 3 )Z_ SIGN LEGEND. ._._._- ..______.__E_ _ __ ;�� _.... r R1-1 24" STOP 00 WAY _-r _- _—,mtir-_ uEa . - R3-2 24 X 24 NOELEFT TURNHT R5 1 24 X 24 DO NOT ENTER ' I ST NAME STREET NAME SIGN PER CNB DWG. NO. STD -915—L _- .......... .. _ Lo L� Q mI _. R30(CA)-1 f _ { _ __ _ po N 0 I I _ ._ EXF I IY I i SIGN A ¢ I z NTS N 1 wll C j I E ^ �_ 1 23 1 II 20 23 20 20 20 1 A I I EX R/W 1 306 308 E 310 312 314 EDGEWATER 207A TER PL 304 ALVARADO PL ALVARADO PL ! ALVARADO PL 316 I I EDGEWATER PL ALVARADO PL I 1 310 1 2 314 1 /2 ALVARADO PL 318 322 324 I 1 ' BAYAVE' E ALVARADO PL ALVARADO PL ALVARADO PL ALVAR 0 0 PL ALVARADO PL ALVARADO PL I 1 R30(CA)-2 12" X 18" SIGN "B" NTS ALVARADO PLACE 3 I ALLEY ALLEY 0 10 20 40 60 80 SCALE: 1" = 20' C-7184-21 1305 LLL—LO ft ■ � i --- -- — -- --- I (BAY AVENUE) A COP REP 8 LIM PER 7 POL CAP 21 ANADE AVENUE PLANT LEGEND A COP REP 5 LIM PER 3 POL CAP 13 1307 o1 C ANI BUS 5 DIA REV 3 POL CAP 13 309 SF. B CRA ARB 3 DYM MAR 5 SET PUR 9 1311 SI A COP REP 6 LIM PER 5 POL CAP 16 TREES AND PALMS TOTAL TREE CRA ARB COUNT, THIS DYM MAR 8 BOTANICAL NAME 13 SHEET ONLY SYMBOL COMMON NAME SIZE SIZE 0 BETULA PENDULA 36" BOX 8 EUROPEAN WHITE BIRCH ANIGOZANTHOS 'BUSH TANGO' C HOWEA FORSTERIANA 36" BOX 15 KENTIA PALM BUSH TANGO KANGAROO PAW o LAGERSTROEMIA INDICA 'INDIAN TRIBE' 36" BOX 2 CRAPE MYRTLE CRA ARB 1 EXISTING TREE OR PALM TO BE PROTECTED B QS CRA ARB 3 DYM MAR 8 SET PUR 13 A QS COP REP 7 LIM PER 6 POL CAP 19 3 13 105 S.F. C QS ANI BUS 5 DIA REV 3 POL CAP 13 87 3. 5 S.F. A QS COP REP 5 LIM PER 4 POL CAP 12 C ANI BUS 5 DIA REV 3 POL CAP 13 87 3 1 7 S.F j :1 : A N A D E no C QS ANI BUS 5 DIA REV 4 POL CAP 13 A COP REP 6 LIM PER 5 POL CAP 16 0 CIS A COP REP 6 LIM PER 5 POL CAP 15 31 9 sF 0 A COP REP 6 LIM PER 5 POL CAP 15 132 1 SFI C ANI BUS 5 DIA REV 3 POL CAP 13 B OS CRA ARB 3 DYM MAR 9 SET PUR 13 C ANI BUS 6 DIA REV 4 POL CAP 15 323 sF. 3251327 sF.1329 sF. I O I I I I I I I I I I I V E N U E no C QS ANI BUS 5 DIA REV 3 POL CAP 9 SHRUBS & GROUNDCOVERS TOTALSHRUB & G.0 COUNT, THIS SHEET ONLY WATER DYM MAR 9 BOTANICAL NAME SHRUB & GC CONTAINER KEY COMMON NAME PALETTE SIZE USE COMMENTS ANI BUS ANIGOZANTHOS 'BUSH TANGO' C #5 41 MOD/MED LP.1 BUSH TANGO KANGAROO PAW DATE October 14, 2019 SHEET 18 OF 25 GA M. S UEZ, L N 3 83 DATE 0.5 CRA ARB CRASSULA ARBORESCENS SILVER DOLLAR PLANT B #517 VERY LOW 0.1 DIA REV DIANELLA REVOLUTA 'LITTLE REV' C #5 26 LOW LITTLE REV FLAX LILY 0.2 DYM MAR DYMONDIA MARGARETAE 'SILVER CARPET' B LOW SILVER CARPET #1 49 0.2 LIM PER LIMONIUM PEREZII LOW SEA LAVENDER A #3 45 0.2 POL CAP POLYGONUM CAPITA TUM A & C#1 242 LOW PINK KNOTWEED 0.2 SET PUR SETCREASEA PURPUREA B #1 76 MOD/MED PURPLE HEART 0.4 COP REP COPROSMA REPENS (BAUERI) 'MARBLE QUEEN' A #1 54 MED/LOW VARIEGATED MIRROR PLANT 0.3 NOTE: SEE MASTER PLANT LEGEND, SHEET LP.4, FOR PROJECT TOTAL PLANT QUANTITIES. INDICATES AREAS TO BE LANDSCAPED (SHRUB, GROUND COVER AND MULCH) LANDSCAPE NOTES KEY DESCRIPTION 10 NO LANDSCAPE OR IRRIGATION IMPROVEMENTS PROPOSED AT THIS ADDRESS. B CRA ARB 5 DYM MAR 9 SET PUR 15 A OS COP REP 5 LIM PER 5 POL CAP 13 B CRA ARB 3 DYM MAR 11 SET PUR 15 INDICATES STREET ADDRESS C ANI BUS 5 DIA REV 3 POL CAP 13 INDICATES SELECTED A PALETTE XXX XXX PLANT KEY (SEE LEGEND) xxxxxx XXX XXX ABBREVIATIONS O.C. ON CENTER INDICATES AREA OF LANDSCAPE IN TOTAL SQUARE FEET LANDSCAPE KEYNOTE (AS APPLICABLE) PLANT QUANTITIES OS HOMEOWNER SELECTED STREET TREE, PALM TREE & SHRUB - GROUND COVER PALETTE QTY. QUANTITY S.F. SQUARE FOOT GC GROUND COVER MOD. MODERATE MED. MEDIUM O 109 El (EDGEWATER AVENUE) II II 11 II II I II 7 I (EDGEWATER AVENUE) L7.5. B CRA ARB 3 DYM MAR 7 SET PUR 11 I II I' II �II II I I I I NORTH w z w Q w Q w c� 0 w NORTH Scale: 1" = 20'-0" 0 5' 10' 20' 40' KEY MAP NOT TO SCALE s TH• ST 0 0 m � 0 m Q m Q PACIFIC OCEAN m MONT 0 A� 0 BALBOA PENINSULA BAY ISLAND -k,/ I (PVT ST) NEWPORT CHANNEL REFER TO TITLE SHEET FOR GENERAL NOTES REFER TO SHEET LP.4 FOR PLANTING NOTES, LEGEND &DETAILS • �i110w�18L,i �I�O�� PLANS PREPARED BY: ��� Landscape Architects And Park P�annars °P°�reD�® Regi°nalOffi® 151 Kalmus Dfne, suite MB ]BOfiO Calle Eatrae° Costa Mesa, CA 92828 La Duin,a. CA 92253 ]14.fi41.1300 ]695605,65 ]14.841.1323 Faaimile ]60.564 0369 Facsimile S ��o�-PM°�AAQ q� {� � C,��No 3 83 G� �y _ �, m s� aTu P. Feb. 202 ��q�. 1 DA9E 9 ��\P F OF CAL�FO REVIEWED: STREET IMPROVEMENT PLANS FOR PAVEMENT REHABILITATION OF MONTERO AVENUE ALVARADO PLACE ANADE AVENUE PLANTIN PLAN UNDER THE SUPERVISION OF: 11.19.19 PATRICIA KHARAZMI, PE ASSISTANT CIVIL ENGINEER DATE: DESIGNED GV DRAWN DT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LP.1 CHECKED GV DATE October 14, 2019 SHEET 18 OF 25 GA M. S UEZ, L N 3 83 DATE N0. DATE DESCRIPTION OF REVISIONS APP'D (BAY AVENUE) 118° 4j X B CRA ARB 3 DYM MAR 9 SET PUR 14 94 3 0 5 S.F. B CRA ARB 3 DYM MAR 8 SET PUR 13 86 307 S.F (BAY AVENUE) 157 1 2 oT S.F. A COP REP 10 LIM PER 9 POL CAP 27 MONTERO AVENUE PLANT LEGEND TREES AND PALMS TOTALTREE COP REP COUNT, THIS LIM PER 5 BOTANICAL NAME 17 SHEET ONLY SYMBOL COMMON NAME SIZE BETULA PENDULA 36" BOX 5 EUROPEAN WHITE BIRCH ONLY USE HOWEA FORSTERIANA ANI BUS 5 KENTIA PALM 36" BOX 33 LAGERSTROEMIA INDICA 'INDIAN TRIBE' 36" BOX 5 CRAPE MYRTLE TRISTANIOPSIS LAURINA 36" BOX 2 WATER GUM z, 1 EXISTING TREE OR PALM TO BE PROTECTED C ANI BUS 5 DIA REV 3 POL CAP 12 A 0S COP REP 7 LIM PER 5 POL CAP 17 309 SF. 31 1 s° C OS ANI BUS 6 DIA REV 5 POL CAP 15 C OS ANI BUS 6 DIA REV 5 POL CAP 15 C OS ANI BUS 5 DIA REV 3 POL CAP 12 A COP REP 7 LIM PER 5 POL CAP 17 A 315 COP REP 7 LIM PER 5 POL CAP 17 105 100 317 sF. 319 321 SF.1323, sF. 325 sF. 327 ° O O I I I' I I I I I I I I I I I I I C -- —Ar-- L=r� �h = -- - ii,0 0 O ---A--- O O i \\\ \ I £ h '\*Os M O N T E R O A V E N U E A QS COP REP 6 LIM PER 5 POL CAP 14 \\\\\\\�\\\\\\\\\� �IEEI \\\\ • KEY COMMON NAME PALETTE SIZE ONLY USE COMMENTS ANI BUS ANIGOZANTHOS 'BUSH TANGO' C #5 33 MOD/MED SHEET 19 OF 25 GA M. S UEZ, L N 3 83 DATE BUSH TANGO KANGAROO PAW A QS COP REP 6 LIM PER 5 POL CAP 14 r-il--T-- I I 312 sF.1 131 4 ° C ANI BUS 6 DIA REV 4 POL CAP 14 C ANI BUS 5 DIA REV 3 POL CAP 12 \\\0\\\\\\0= 1 �\\\O\W\\\\\\ `I\N 1 �� I I I I 320 SF. 322 SF. B OS CRA ARB 3 DYM MAR 10 SET PUR 16 A COP REP 5 LIM PER 5 POL CAP 14 SHRUBS & GROUNDCOVERS TOTALSHRUB 2 DYM MAR 8 & G.0 COUNT, THIS SHEET WATER 14 STREET IMPROVEMENT PLAINS FOR PAVEMENT REHABILITATION OF A N A D E A V E IV U E MONTERO AVENUE ALVARADO PLACE BOTANICAL NAME SHRUB &GCCONTAINER KEY COMMON NAME PALETTE SIZE ONLY USE COMMENTS ANI BUS ANIGOZANTHOS 'BUSH TANGO' C #5 33 MOD/MED SHEET 19 OF 25 GA M. S UEZ, L N 3 83 DATE BUSH TANGO KANGAROO PAW 0.5 CRA ARB CRASSULA ARBORESCENS B #5 16 VERY LOW SILVER DOLLAR PLANT DIANELLA REVOLUTA 'LITTLE REV' 0.1 DIA REV 23 LOW LITTLE REV FLAX LILY DYMONDIA MARGARETAE 'SILVER CARPET' C #5 0.2 DYM MAR LOW SILVER CARPET B #1 50 0.2 LIM PER LIMONIUM PEREZII LOW SEA LAVENDER POLYGONUM CAPITATUM A #3 39 0.2 POL CAP A & C 200 LOW PINK KNOTWEED #1 0.2 MOD SET PUR SETCREASEA PURPUREA B #1 81 PURPLE HEART 0..MED 4 IVIED/LOW COP REP COPROSMA REPENS (BAUERI) 'MARBLE QUEEN' A #1 47 0.3 VARIEGATED MIRROR PLANT NOTE. SEE MASTER PLANT LEGEND, SHEET LP.4, FOR PROJECT TOTAL PLANT QUANTITIES. INDICATES AREAS TO BE LANDSCAPED (SHRUB, GROUND COVER AND MULCH) LANDSCAPE NOTES KEY DESCRIPTION 1\ NO LANDSCAPE OR IRRIGATION IMPROVEMENTS PROPOSED AT THIS ADDRESS. 2\ EXISTING TREE OR PALM TO BE PROTECTED. NO NEW UNDERSTORY PLANTINGS PROPOSED 84 3 24 S.F B CRA ARB 2 DYM MAR 8 SET PUR 13 CIS I I I I I I 326 S1328 SF.1330 S. B CRA ARB 2 DYM MAR 7 SET PUR 12 INDICATES STREET ADDRESS INDICATES SELECTED A PALETTE XXX XXX PLANT KEY (SEE LEGEND) XXX XXX XXX XXX B CRA ARB 3 DYM MAR 8 SET PUR 13 ABBREVIATIONS (EDGEWATER AVENUE) 121 ° O i II f, Ioll II I II II II _ II II II CIS I II II — ______ II I III (EDGEWATER AVENUE) 1 123 ° O A OS COP REP 5 LIM PER 5 POL CAP 14 INDICATES AREA OF LANDSCAPE IN TOTAL \ SQUARE FEET LANDSCAPE KEYNOTE (AS APPLICABLE) PLANT QUANTITIES O.C. ON CENTER OS HOMEOWNER SELECTED STREET TREE, PALM TREE & SHRUB - GROUND COVER PALETTE QTY. QUANTITY S.F. SQUARE FOOT GC GROUND COVER MOD. MODERATE MED. MEDIUM NORTH Scale: 1" = 20'-0" 7LM7m%mmmm� 0 5' 10' 20' 40' NORTH L KEY MAP NOT TO SCALE 6TH, ST a a m Q m Q PACIFIC OCEAN 0 AtVq DO P� 0 BALBOA PENINSULA BAY ISLAND (PVT ST) NEWPORT CHANNEL REFER TO TITLE SHEET FOR GENERAL NOTES REFER TO SHEET LP.4 FOR PLANTING NOTES, LEGEND &DETAILS ® ® ® �� � PLANS PREPARED BY: ��� ��m Landscape Architects And Park P�annars °°P°�re°�®' R�1ona1Of5®' 151 Kalmus Dfne, Suite MB ]BOfi9 Calle Eatretl° C°51a Mesa, CA 92828 La Oal(11d, CA 92253 ]14.fi41.1399 ]fip.530.51fi5 ]14.841.1323 Faaimile ]fip.554.9359 Earsimile S ��o�-PM°SAAo 9� % [ `, `� �,A�No.3 83 G,(� �y (� � s� ATu P. Feb. 2021 ��q 1 DATE 9 ��\P 'F of c�-�F° REVIEWED: STREET IMPROVEMENT PLAINS FOR PAVEMENT REHABILITATION OF A N A D E A V E IV U E MONTERO AVENUE ALVARADO PLACE MONTERO AVENUE UNDER THE SUPERVISION OF: 11.19.19 PATRICIA KHARAZMI, PE ASSISTANT CIVIL ENGINEER DATE: DESIGNED GU DRAWN DT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LP.2 CHECKED GU DATE October 14, 2019 SHEET 19 OF 25 GA M. S UEZ, L N 3 83 DATE N0. DATE DESCRIPTION OF REVISIONS APP'D O (BAY AVENUE) ALVARADO PLACE PLANT LEGEND TREES AND PALMS / o EXISTING TREE OR PALM TO BE PROTECTED 311 ° 313 ° 315 ol 317 ° 319 ° 321 ° 323 ° 325 ° 327 ° 329 I I I I I I I I I I I I R A D SHRUBS & GROUNDCOVERS TOTALSHRUB ANI BUS 7 DIA REV & G.0 COUNT, THIS SHEET WATER 15 BOTANICAL NAME SHRUB &GCCONTAINER KEY COMMON NAME PALETTE slzE ONLY USE COMMENTS ANI BUS ANIGOZANTHOS 'BUSH TANGO' C #5 7 MOD/MED BUSH TANGO KANGAROO PAW 0.5 CRA ARB CRASSULA ARBORESCENS B #5 ---- VERY LOW SILVER DOLLAR PLANT 0.1 DIA REV DIANELLA REVOLUTA 'LITTLE REV' 4 LOW LITTLE REV FLAX LILY C #5 0.2 DYM MAR DYMONDIA MARGARETAE 'SILVER CARPET' LOW SILVER CARPET B #1 0.2 LIM PER LIMONIUM PEREZII LOW SEA LAVENDER A #3 14 0.2 POL CAP POLYGONUM CAPITATUM A & C#1 59 LOW PINK KNOTWEED 0.2 SET PUR SETCREASEA PURPUREA B #1 - MOD/MED 0.4 PURPLE HEART MED/LOW COP REP COPROSMA REPENS (BAUERI) 'MARBLE QUEEN' A #1 18 0.3 VARIEGATED MIRROR PLANT NOTE: SEE MASTER PLANT LEGEND, SHEET LP.4, FOR PROJECT TOTAL PLANT QUANTITIES. INDICATES AREAS TO BE LANDSCAPED (SHRUB, GROUND COVER AND MULCH) LANDSCAPE NOTES KEY DESCRIPTION D NO LANDSCAPE OR IRRIGATION IMPROVEMENTS PROPOSED AT THIS ADDRESS. L A INDICATES STREET ADDRESS C OS ANI BUS 7 DIA REV 4 POL CAP 15 INDICATES SELECTED A PALETTE XXX XXX PLANT KEY (SEE LEGEND) XXX XXX XXX XXX ABBREVIATIONS INDICATES AREA OF LANDSCAPE IN TOTAL SQUARE FEET LANDSCAPE KEYNOTE (AS APPLICABLE) PLANT QUANTITIES O.C. ON CENTER OS HOMEOWNER SELECTED STREET TREE, PALM TREE & SHRUB - GROUND COVER PALETTE QTY. QUANTITY S.F. SQUARE FOOT GC GROUND COVER MOD. MODERATE MED. MEDIUM A OS COP REP 5 LIM PER 3 POL CAP 11 (EDGEWATER AVENUE) A OS COP REP 13 LIM PER 11 POL CAP 33 (EDGEWATER AVENUE) Scale: 1" = 20'-0" 7%:mmLmm� 0 5' 10' 20' 40' NORTH KEY MAP NOT TO SCALE -N)VI 6TH. Sr o o ` m C Q o Co m Q PACIFIC OCEAN mMINT, 0 BALBOA PENINSULA BAY ISLAND (PVT ST) NEWPORT CHANNEL REFER TO TITLE SHEET FOR GENERAL NOTES REFER TO SHEET LPA FOR PLANTING NOTES, LEGEND & DETAILS PLANS PREPARED BY: REVIEWED: DITO�p,NDSCgpF STREET IMPROVEMENT PLAIVS Landscape Architects And Park Planners , A M. VASA -�ALVARADO PLACE Dd 7AO60Cal c,�No 83 FOR PAVEMENT REHABILITATION OF 151KM 1D A9 Suite MB-8060CalleA 9225 71- Mesa. CA 92626 La 5805 65 92253 //.^. PLANTING PLAN ]14.641.1300 76053!1.5165 Vl 714,641,1323 Faalmlle ,60 56 D369 Facsimile �, A N A D E A V E IV U E ® UNDER THE SUPERVISION OF: —ATu ;t PATRICIA KHARAZMI, PE * Feb 202 * ASSISTANT CIVIL ENGINEER MOIVTERO AVENUE 11�ATE 19 ��Q DESIGNED DRAWN Kl wiwft 9TF A��FGV DT ALVARADO PLACE CITY OF NEWPORT BEACH LP.3 �Ifbeforoyulllg® 11-14-2019 of C _ CHECKED DATE DATE: PUBLIC WORKS DEPARTMENT SHEET 20 OF 25 GA ''� ASQUEZ, LA No. n 3 DATE GU October 14, 2019 N0. DATE DESCRIPTION OF REVISIONS APP'D PLANTING NOTES 1. ALL LOCAL, MUNICIPAL, COUNTY AND STATE LAWS, RULES, AND REGULATIONS GOVERNING OR RELATING TO ANY MASTER PLANT L PORTION OF THIS WORK ARE HEREBY INCORPORATED INTO AND MADE PART OF THE PROJECT PLANS AND SPECIFICATIONS; AND THEIR PROVISIONS SHALL BE CARRIED OUT BY THE CONTRACTOR. ADDITIONALLY, ALL WORK (Anade Ave, Montero Ave. & Alvarado PI.) SHALL BE DONE IN ACCORDANCE WITH THE APPLICABLE SECTIONS OF THE 2015 EDITION OF THE APWA, STANDARD 4,511 SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, ("GREEN BOOK"), AND THE PROJECT SPECIFICATIONS. 2411 2411 BACK OF CURB TREES AND PALM (Anade Ave, Montero Ave. & Alvarado PI.) WHENEVER SPECIAL REQUIREMENTS CONFLICT ON ANY SUBJECT MATTER, THE CITY ENGINEER, OR HIS/HER DESIGNATED REPRESENTATIVE, WILL DETERMINE WHICH SPECIAL REQUIREMENTS AND/OR CODES SHALL GOVERN. Lu ROOT BARRIER g A BOTANICAL NAME SYMBOL COMMON NAME SIZE QUANTITY COMMENTS 2. THE CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA (DIG ALERT) AT LEAST TWO (2) WORKING DAYS BEFORE DIGGING, EXCAVATING, OR CONSTRUCTION. PHONE 1-800-422-4333 OR 811. O� PARKWAY TREE U-1\� ROOT BARRIER 3. THE CONTRACTOR SHALL NOT PROCEED WITH CONSTRUCTION AS SHOWN ON THE PLANS WHEN IT IS OBVIOUS IN THE FIELD THAT UNKNOWN OBSTRUCTIONS, GRADE DIFFERENCES, OR DISCREPANCIES IN AREA CONFIGURATION OR SIZES, OR IN DIMENSIONS EXIST THAT MIGHT NOT HAVE BEEN CONSIDERED IN ENGINEERING. SUCH OBSTRUCTIONS, ® BETULA PENDULA EUROPEAN WHITE BIRCH 36" BOX 15 STANDARD 16 PLANTER EDGE OF SIDEWALK ROOT BARRIER -PLAN VIEW PALM TREE (SEE PLANT LEGEND) OR DIFFERENCES, SHALL BE BROUGHT TO THE ATTENTION OF THE CITY ENGINEER, OR HIS/HER DESIGNATED //Q�/1/E,4 FQR$TERI,41�/,q KENTIA PALM o LAGERSTROEMIA INDICA 'INDIAN TRIBE' CRAPE MYRTLE A- TRISTANIOPSIS LAURINA WATER GUM 36" BOX 2p STANDARD STANDARD STANDARD REPRESENTATIVE. IN THE EVENT THIS NOTIFICATION IS NOT PERFORMED, THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ANY REVISIONS NECESSARY AND SHALL PERFORM SUCH REVISIONS AT HIS/HER OWN EXPENSE. 4. THE FINISH GRADE IN PLANTERS SHALL BE SMOOTH AND EVEN WITH NO VISUAL SURFACE IRREGULARITIES. THE CONTRACTOR SHALL BE RESPONSIBLE TO ENSURE A SMOOTH TRANSITION BETWEEN EXISTING TO NEW GRADES. THE CONTRACTOR SHALL REMOVE AND DISPOSE OF ALL SURFACE DEBRIS INCLUDING ROCKS (OVER 1 INCH DIAMETER) ROOTS, WEEDS, FOREIGN MATERIALS, CLODS, SO THAT AFTER SOIL CONDITIONING IS COMPLETE, THE FINISH GRADE IS THREE (3) INCHES BELOW THE TOP OF CURB AND/OR SIDEWALK. 5. ALL INSPECTIONS HEREIN SPECIFIED SHALL BE MADE BY THE LANDSCAPE MANAGER, OR HIS/HER DESIGNATED REPRESENTATIVE. THE CONTRACTOR SHALL REQUEST INSPECTION AT LEAST 48 HOURS IN ADVANCE OF THE TIME THE INSPECTION IS REQUIRED. 6. ALL EXISTING LANDSCAPED AREAS DAMAGED DURING CONSTRUCTION MUST BE RESTORED TO THEIR ORIGINAL CONDITION AT THE CONTRACTOR'S EXPENSE TO THE SATISFACTION OF THE CITY ENGINEER. 7. ALL PLANT MATERIAL SHALL BE SUBJECT TO THE INSPECTION AND APPROVAL OF THE CITY ENGINEER, OR HIS/HER DESIGNATED REPRESENTATIVE, BEFORE PLANTING. ALL PLANT MATERIALS DELIVERED ON-SITE WILL BE INSPECTED FOR SIZE AND CONDITION OF ROOT GROWTH, INSECTS, INJURIES, AND DEFECTS. PLANTS NOT APPROVED ARE TO BE REMOVED FROM THE SITE IMMEDIATELY AND REPLACED WITH SUITABLE PLANTS. THE CITY ENGINEER OR HIS/HER DESIGNATED REPRESENTATIVE RESERVES THE RIGHT TO REJECT ENTIRE LOTS OF PLANTS REPRESENTED BY DEFECTIVE SAMPLES. ALL PLANT SPECIES SHALL BE IDENTIFIED WITH NURSERY TAGS WHEN DELIVERED TO THE SITE. SET TOP OF ROOT BALL I INCH ABOVE FINISH GRADE ° WOOD MULCH (2 LAYER) WATERING BASIN (3" HIGH) FINISH GRADE. SET FINISH GRADE 3 INCHES BELOW TOP OF CURB AND/OR SIDEWALK o .. + ` .•..,,; -----------------D/OR--------------------- ;REQ BA w BACKFILL WITH MEDIUM GRADE PLASTER : •.f', I :`, {:�,';,.,:� I SAND AND WATER JETTED FOR MAXIMUM =1 '' II = STABILITY. - - - NATIVE SOIL - COMPACT TO 5TABALIZE I I-1 I III-� MOUND NATIVE SOIL BENEATH THE BASE THE 2 X CONTAINER WIDTH ROOT BALL SO THAT THE BASE SITS 2 INCHES ABOVE THE BOTTOM OF THE PLANTING PIT. APPROVED STREET TREE 36" BOX MIN. THIN CANOPY TO REDUCE WIND RESISTANCE, AS NEEDED. ���, REMOVE NURSERY STAKE IF ANY, ORIENT THE TREE �,,,1% WITH SECTION OF TRUNK SHADED BY NURSERY STAKE ���'/ TO THE NORTH. FOR LIST OF DESIGNATED TREES FOR `� �; a' ��(i'� SPECIFIC STREETS AND LIST of DROUGHT TOLERANT j �; 9 �l TREES, PLEASE CALL MUNICIPAL OPERATIONS DIVISION �� �A ��� (949) 644-3055. �,!� I q% I.�;� � � �� \ ;` \,�� T TWO 10 -FOOT HIGH LODGE POLES 1 I %i (2" DIAMETER) n� ��/ \ i \� ! ' �� - -- �; I � �-�-� TWO CINCH TIES PER LODGE POLE PROVIDE TREE TRUNK GUARD (ARBORGUARD OR APPROVED EQUIVALENT) 36" BOX 7 �� 36 BOX 2 IMMEDIATELY PRIOR TO BACKFILL, REMOVE TREE FROM 8. STAKE TREES AS INDICATED PER TREE PLANTING AND STAKING DETAIL. CONTAINER AND CAREFULLY PLACE IT INTO PLANTING DIMENSIONS OF THE ORIGINAL CONTAINER PIT. PRUNE KINKED ROOTS. DO NOT BREAK OR OTHERWISE DISTURB ROOTBALL. 9. THE FINAL PLACEMENT OF EACH TREE/SHRUB/GROUND COVER WILL BE SUBJECT TO THE APPROVAL OF THE LANDSCAPE ARCHITECT BEFORE PLANTING. THE CONTRACTOR WILL COORDINATE THIS TASK WITH THE LANDSCAPE ARCHITECT SO AS NOT TO IMPACT THE PROJECTS SCHEDULE. 10. THE CONTRACTOR IS RESPONSIBLE FOR COUNT VERIFICATION AND IS TO SUPPLY THE QUANTITIES DELINEATED GRAPHICALLY ON PLANS. 11. PLANT ESTABLISHMENT AND MAINTENANCE PERIOD WILL BEGIN IMMEDIATELY AFTER INSPECTION AND WRITTEN ACCEPTANCE OF THE WORK BY THE CITY ENGINEER OR HIS/HER DESIGNATED REPRESENTATIVE. THE PLANT ESTABLISHMENT AND MAINTENANCE PERIOD SHALL BE FOR A DURATION STATED IN THE SPECIFICATIONS. REFER TO THE PLANTING SPECIFICATIONS FOR ADDITIONAL PLANT ESTABLISHMENT AND MAINTENANCE REQUIREMENTS. 12. THE CONTRACTOR WILL BE REQUIRED TO PROVIDE SUPPLEMENTAL WATER TO IRRIGATE THE NEW PLANTINGS DURING THE PLANT ESTABLISHMENT AND MAINTENANCE PERIOD. THE USE OF A WATERING TRUCK WILL BE NECESSARY. 13. ALL PLANTING AREAS SHALL RECEIVE WOOD MULCH AT A MINIMUM DEPTH OF TWO (2 INCHES). HOLD MULCH 2" LAYER MULCH. HOLD AWAY FROM TRUNK. SUITABLE NATIVE BACKFILL SOIL. EXCAVATE A 30" MIN DIAMETER BERM "SOIL FLARE" ADJACENT TO AND LOWER THAN CAPABLE OF HOLDING 20 THE ELEVATION OF THE CONTAINER. GALLON WATER FINISH GRADE-3INCHES BELOW TOP OFCURB ago / Al SIDEWALK FINISHED GRADE/SIDEWALK GRASS/GROUND c:ovER NM, CURB AND GUTTER ° 0000 'NMI ° ° - °0° 0°0 ° °0° - - 0000° °0° 0000°° �, 0000 00-0 -� - °O° 0°0 ° ° ��, �� 0-0 ° 0-0°° °° °0-° ° 0000° ° 0000°°I I= °000 0�o o0 o° _�� ��,1; I/'I �` `` ,I��-, 0-000 0 00000° °°0°0 °0° °O° 0° 1 .=�� ,I `����__ °°O° 0- °°0-000-° ° ° ° ° ° ° 'J ' ' _ °0°0- ° 0000°0-°° °0-°°° 0000° °° 0000° ���1 r� ,� `�0-00 0 000000 -III- 0°°°°°° °0° °O° 0°0� ') �� 1f,` 0-°° ° °°°°°° -I ° o ° ° ° ° ° _ III 0- ° ° 0- ° ° J ° ° 0000°°° III 0-00°°° 0000° °°°°°°°° IIS ill 0000° °O ° ° °°°°° ° o ° ° ° ° ° ° ° J ° ° ° ° ° ° I °°°°°°°°°° 0000°°°°' �tiLl(Z� °O°00 ° 0-°°°°00°00° I = 0-0-°0-0- °°0-0- °0-0- °0-0- ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° O°O°O°O °O°O ° °0°°°O II °°°°°°°°° °°O° 0000° 0000°°°°° III- 00- 00°00 ° 0000° - UNDISTURBED SOIL -III- 0000 °� III IIII-III- 0 0000° I IIIIII-III 0000 PLANTING NOTES 1. ALL PALM TREES SHALL BE BOXED (UNLESS OTHERWISE NOTED). 2. AMEND BACKFILL AS RECOMMENDED PER THE SOILS ANALYSIS. 3. APPLY 11 OSMOCOTE SLOW-RELEASE FERTILIZER (I 0 TABLESPOONS PER PALM TREE) TO TOP OF ROOT BALL. CONTRACTOR TO VERIFY THE APPLICATION RATE WITH MANUFACTURER. 4. FINAL PLACEMENT OF PALM TREE TO BE APPROVED BY LANDSCAPE ARCHITECT. SHRUBS & GROU N DCOVERS (Anade Ave, Montero Ave. & Alvarado PI.) KEY BOTANICAL NAME SHRUB & GC COMMON NAME PALETTE CONTAINER SIZE QUANTITY WATER USE COMMENTS ANI BUS ANIGOZANTHOS 'BUSH TANGO' BUSH TANGO KANGAROO PAW CRA ARB CRASSULA ARBORESCENS SILVER DOLLAR PLANT DIA REV DIANELLA REVOLUTA 'LITTLE REV' LITTLE REV FLAX LILY C #5 81 MOD/MED 0.5 VERY LOW 0.1 B #5 33 B PALM TREE PLANTING C #5 53 LOW 0.2 # 1, #3 OR #5 CONTAINER PLANT. SET TOP OF AWAY FROM THE TREE/SHRUB TRUNK BASE, APPROX. 6 INCHES. CONTRACTOR TO PROVIDE A SAMPLE OF MULCH FOR THE REVIEW AND APPROVAL OF THE CITY ENGINEER OR HIS/HER REPRESENTATIVE PRIOR TO INSTALLATION. SEE LANDSCAPE SPECIFICATIONS. AGRONOMICSOILS TESTING NOTES: DYM MAR DYMONDIA MARGARETAE 'SILVER CARPET' SILVER CARPET LIM PER LIMONIUM PEREZII SEA LAVENDER B #1 99 98 0.2 0,2 LOW 0.2 _� MOUND NATIVE SOIL BENEATH TREE. -- =�I�� IIII-III= I III I- ROOT BARRIER. USE "CENTURY" ROOT ASSURE THE ROOTBALL IS 2" IIIIIIIII-III- ' - BARRIER CP 18-2 OR APPROVED EQUAL. ABOVE FINISHED GROUND. _ _ -III-ISOIL AMENDMENTS AND FERTILIZER 2X CONTAINER WIDTH MIN TABLETS, PER AGRONOMIST REPORT. ROOT BALL I INCH ABOVE FINISH GRADE WOOD MULCH (2 INCH LAYER) HOLD AWAY FROM TRUNK A #3 UPON THE COMPLETION OF DEMOLITION AND GRADING AND PRIOR TO THE INSTALLATION OF THE IRRIGATION SYSTEM, THE CONTRACTOR SHALL BE RESPONSIBLE TO PROVIDE FOUR (4) SOIL SAMPLES TAKEN AT TWO (2) SEPARATE LOCATIONS APPROVED BY THE CITY ENGINEER. TWO 2 SOIL SAMPLES SHALL BE TAKEN AT EACH LOCATION: () SAMPLE ONE: TAKEN AT GROUND LEVEL TO 10" DEEP SAMPLE TWO: TAKEN AT A DEPTH BETWEEN 24" TO 36". POL CAP POLYGONUM CAPITATUM PINK KNOTWEED SET PUR SETCREASEA PURPUREA PURPLE HEART COPROSMA REPENS BAUERI 'MARBLE QUEEN' COP REP % VARIEGATED MIRROR PLANT 501 LOW 0.2 NOTES: 1. TREES MUST BE OF' QUALITY NURSERY STOCK, FREE FROM PESTS, DISEASE AND STRUCTURAL DEFECT. 2. COMPLETE BACKFILL OF PIT WITH NATIVE SOIL, TAMPING IN SOIL WITH FEET OR SHOVEL HANDLE TO ENSURE THERE ARE NO AIR POCKETS. 3. FILL WATER BASIN AND LET SEEP TWICE. IF DRAINAGE IS OF CONCERN, THE PERIMETER OF THE PIT CAN BE DUG DEEPER TO DIVERT EXCESS WATER AWAY FROM THE ROOT BALL. 4. CENTER TREE BETWEEN THE SIDEWALK AND THE CURB, UNLESS OTHERWISE NOTED AND APPROVED. 5. SPACE TREES 35' MIN TO 50' MAX. 6. PLANT 50' MIN FROM BCR ON THE APPROACH TO AN INTERSECTION AND 15' FROM THE ECR ON THE EXIT SIDE.I- 7. PLANT 10' MIN FROM EDGE OF DRIVEWAY APPROACH. 8. PROVIDE 10' CLEARANCE FROM UTILITY AND SEWER LINES. 9. PLANT 20' MIN FROM STREET LIGHT AND POWER POLES. 10. PLANT TREE 3' FROM CURB. I I ';'•:;;;:•:+�",.,; _ ROOT BALL I +'ti` • ,'• i";'... _ •:`�'•;:: ;:•:•:;: I _I PLANT TABS - PLACE IN TOP 4 INCHES OF PLANTING : •. ,�! . ••••.. t HOLE. SEE SPECS. FOR QUANTITY PER SHRUB _ _ ':`='.:::•.. AMEND BACKFILL PER SOIL REPORT MOUND NATIVE SOIL BENEATH THE BASE OF THE _ I - I I -III -III -I I -I I ROOT BALL SO THAT THE BASE SITS 2 INCHES ABOVE THE BOTTOM OF THE PLANTING PIT. A & C #1 B #1 157 MOD/MED 0.4 A #1 119 MED/LOW 0.3 EACH SAMPLE SHALL CONTAIN APPROXIMATELY 1 QUART OF SOIL AND BE LABELED PER LOCATION AND DEPTH. 2X TAINER WIDTH, MIN. CON EACH SAMPLE SHALL BE TESTED FOR SOIL FERTILITY AND AGRICULTURAL SUITABILITY. SUBMIT SOIL REPORT, INCLUDING RECOMMENDATIONS FOR SOIL PREPARATION AND AMENDMENT TYPE AND QUANTITIES TO BE ADDED TO APP. PLANTING NOTES CITY ENGINEER RCE DATE N _07 DATE I DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS BACKFILL. 1. SOIL TESTING RESULTS SHALL BE SUBMITTED AND APPROVED BY THE CITY ENGINEER. I. FINAL PLACEMENT OF ALL CONTAINER PLANTS SHALL BE REVIEWED AND APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TO THEIR INSTALLATION. DRAWN: P. KHARAZMI G 36 -INCH BOX TREE PLANTING DETAIL STANDARD DRAWING NO. i i 1 18-B DATE: 2/28/2019 SHEET 1 OF 1 2. SOIL PREPARATION AND BACKFILL MIX SHALL CONFORM TO THE RECOMMENDATIONS OF THE AGRONOMIC SOILS A CITY STANDARD TREE PLANTING DETAIL 118-B C SHRUB PLANTING REPORT. 3. REFER TO PLANTING SPECIFICATIONS FOR SOILS TESTING, SOIL PREPARATION, FERTILIZATION, MULCHING, AND OTHER ADDITIONAL PLANTING INFORMATION. PLANS PREPARED BY: REVIEWED: ® mamea mwum Landscape Architects And Park Planners O°ry°rnr Ogre: 78060 Regional11aE Cosis�M.." 92626 M3 La Quin.,- 92253 4b4,100 6g63p6,66 ]14.641.1323 Facsimile ]60564.0369 Facsimile CoA- MIDSC.4 9 Q ,� A['�0.3 8S G �' �` �� m STREET IMPROVEMENT PLANS FOR PAVEMENT REHABILITATION OF A N A D E AV E N U E PLANTING LEGEND, NOTES &DETAILS ® SI ATu P. Feb. 2021 MONTERO AVENUE UNDER THE SUPERVISION OF: PATRICIA KHARAZW PE ASSISTANT CIVIL ENGINEER MC -CHECKED �� 11 1919 sT 11 1919 �Q 9'F OFACFAA\F��� ALVARADO PLACE DESIGNED GV DRAWN DT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LP.4 GV DATEDATE: October 14, 2019 SHEET 21 OF 25 GA M. AS UEZ, L N 3 83 DATE N0. DATE DESCRIPTION OF REVISIONS APP'D LV Z Lv its 3/4" 80 3/4" 80 3/4" 80 3/4" 1.80 3/4" 1.60 .80 GPM GPM GPM GPM GPM GPM 3/4" 1.25 3/4" 1.25 3/4" 1.25 3/4"1.25 3/4" 1.25 3/4" 1.25 3/4" 1.251 L � L 3/4" 1.25 3/4" 1.25 3/4" 1.25 GPM GPM GPM GPM GPM GPM GPM GPM GPM GPM (EDGEWATER AVENUE) W Z W ry W H Q W CD D W IRRIGATION LEGEND FLOOD BUBBLER SYMBOL -1 -1 U S.F. FLOW I J U Z S.F. AIVADE AVENUE IRRIGATION PLAN DESCRIPTION I J U 4 S.F. INSTALL PER DETAILS SIZE PER PLAN I J U S.F. RAINBIRD ROOT BUBBLER I J U V S.F. 0.5 GPM 30 I J -1 U S.F. FB -50 -PC N/A I J 1 L S.F. I J '1 4 0 FOR TYPICAL LAYOUT OF BUBBLERS & J 1 S.F. I J 1 V S.F. I J L U S.F. I J L 1 S.F. I J2 4 S.F. I J L b S.F. 1 -I -I S. F. 3/4" 1.50 3/4" 1.00 3/4" 1.25 3/4" 1.25 3/4" 1.25 3/4"3/4" 1.25 1.25 3/4" 1.25 3/4" 1.25 3/4" 1.25 3/4" 1.25 3/4" 1.25 3/4" 1.25 GPM GPM GPM GPM GPM GPM GPM GPM GPM GPM GPM GPM GPM NORTH 3/4" 80 3/4" 1.60 3/4" 1.00 F3/4" 1.00 3/4" 1.00 3/4" 1.00 3/4" 1.00 3/4" 1.00 3/4" 80 3/4 1.00 3/4 2.40 3/4" 1.00 3/4., 1.80 scale: 1" = 20' 0" GPM GPM GPM GPM GPM GPM GPM GPM GPM GPM GPM GPM GPM 0 5' 10' 20' 40' IRRIGATION LEGEND FLOOD BUBBLER SYMBOL MANUFACTURER/ NOZZLE RAD. HOUSING FLOW PSI PRECIP. AIVADE AVENUE IRRIGATION PLAN DESCRIPTION IRRIGATION LATERAL LINE BURY PIPE 12" DEEP SCHEDULE 40 PVC INSTALL PER DETAILS SIZE PER PLAN RATE - - - - - - - - - RAINBIRD ROOT BUBBLER N/A 570Z-12P-PRX-COM - 6" POP-UP 0.5 GPM 30 N/A SHEET 22 OF 25 TORO FLOOD FB -50 -PC N/A (NOTE: REFER TO SHEET L1.2, DETAILS A & B •25 GPM 30 BUBBLER FOR TYPICAL LAYOUT OF BUBBLERS & SPRAY HEADS) TREE BUBBLERS SYMBOL MANUFACTURER/ NOZZLE RAD. HOUSING FLOW PSI PRECIP. AIVADE AVENUE IRRIGATION PLAN DESCRIPTION IRRIGATION LATERAL LINE BURY PIPE 12" DEEP SCHEDULE 40 PVC INSTALL PER DETAILS SIZE PER PLAN RATE - - - - - - - - - RAINBIRD ROOT BUBBLER N/A RWS-B-C-1402 0.5 GPM 30 N/A SHEET 22 OF 25 WATERING SYS. 1402 RWS-SOCK INSTALL (2) PER TREE PALM TREE SPRAY HEADS SYMBOL MANUFACTURER/ NOZZLE RAD. HOUSING FLOW PSI PRECIP. AIVADE AVENUE IRRIGATION PLAN DESCRIPTION IRRIGATION LATERAL LINE BURY PIPE 12" DEEP SCHEDULE 40 PVC INSTALL PER DETAILS SIZE PER PLAN RATE - - - - - - - - - RAINBIRD SQ - HALF 4, 1806 -SAM -PRS 0.2 GPM 30 0.61 IN/HR SHEET 22 OF 25 SPRAY BODY NO. DATE DESCRIPTION OF REVISIONS APP'D INSTALL (4) PER PALM TREE PIPING SYMBOL MANUFACTURER/ MODEL HOUSING COMMENTS DESCRIPTION STREET IMPROVEMENT PLANS FOR PAVEMENT REHABILITATION OF ANADE AVENUE MONTERO AVENUE ALVARADO PLACE AIVADE AVENUE IRRIGATION PLAN IRRIGATION LATERAL LINE BURY PIPE 12" DEEP SCHEDULE 40 PVC INSTALL PER DETAILS SIZE PER PLAN - - - - - - - - - SLEEVE (3 INCH) SCHEDULE 40 PVC INSTALL PER DETAILS SEE SLEEVING NOTES CHECKED GV DATE October 14, 2019 SHEET 22 OF 25 SHEET L1.4 SEE SHEET L1.2, DETAILS A & B, FOR TYPICAL IRRIGATION BUBBLERS & SPRAY HEAD LAYOUT SEE SHEET LIA FOR IRRIGATION NOTES & DETAILS REFER TO TITLE SHEET FOR GENERAL NOTES SEE SHEET LP.4 FOR PLANTING, LEGEND & DETAILS IRRIGATION NOTES 1. THE CONTRACTOR WILL BE RESPONSIBLE TO INSTALL IRRIGATION SYSTEM (SLEEVING, NON -PRESSURE LATERAL LINES, BUBBLERS & SPRAY HEADS) IN EACH PARKWAY PLANTER. 2. THE PROPERTY OWNER WILL BE RESPONSIBLE TO CONNECT TO THE IRRIGATION SYSTEM AT THE PROPERTY LINE AND UTILIZE THE IRRIGATION SYSTEM WITHIN THE PARKWAY AS THEY DETERMINE. 3. THE SOURCE OF WATER TO BE USED FOR IRRIGATION PURPOSES, WITHIN THE PARKWAY, WILL BE THE SOLE RESPONSIBILITY OF THE THE PROPERTY OWNER. INDICATES STREET ADDRESS 1 1 1 LF - INDICATES AREA TO BE IRRIGATED I SQUARE FEET 170 INDICATES SIZE OF LATERAL LINE FOR 3/7"(PM INDICATES GALLONS PER MINUTE FLOOD BUBBLERS INDICATES SIZE OF LATERAL LINE FOR 3/4" GPM INDICATES GALLONS PER MINUTE TREE BUBBLER OR PALM TREES SPRAY HEADS NORTH L KEY MAP NOT TO SCALE 6 rH. ST N o a m Q m J m j Q a PACIFIC OCEAN m MONrFRo z AGV A�Oo PC 0 t BALBOA PENINSULA BAY ISLAND (PVT ST) NEWPORT CHANNEL ® ® ® PLANS PREPARED BY: Emm m Landscape Architects And Pa,k PI-ners °°���° C Kel Dnv, , Buda M8 ]8080 Calle Estratlo Coda Mees, CA92628 La Du rW CA 92253 ,695aes,� o PM° vgAQ 9� /� P l' �No 8S G �' (� =� ATU .- � 1-.1eb- - 202 * n� 11-14-2019 �Q �, DATE F 4F C REVIEWED: STREET IMPROVEMENT PLANS FOR PAVEMENT REHABILITATION OF ANADE AVENUE MONTERO AVENUE ALVARADO PLACE AIVADE AVENUE IRRIGATION PLAN UNDER THE SUPERVISION OF: 11-14-2019 PATRICIA KHARAZIVII, PE ASSISTANT CIVIL ENGINEER DATE: DESIGNED GV DRAWN DT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT L1.1 CHECKED GV DATE October 14, 2019 SHEET 22 OF 25 GArs "^ ASQUEZ, LA No. ,, -3 DATE NO. DATE DESCRIPTION OF REVISIONS APP'D so 3/4" 1.00 3/4"1.00 3/4" 3/4" 3/4" 1.00 GPM GPM GPM GPM GPM 3/4" 1.25 3/4" 1.25 3/4" 1.25 3/4" 3/4" 1.25 3/4" 3/4" 5 3/4" 1.25 3/4., 1.25 GPM GPM GPM GPM GPM GPM GPM GPM GPM (BAY AVENUE) (BAY AVENUE) 1.50 1.25 1.25 3/4" GPM 3/4" GPM 3/4" GPM 3/4" 1.00 3/4" 1.00 GPM GPM I 30" 30" 30" 4' SIDEWALK I 3'-G" PLANTER - - RESIDENCE CURB STREET K of E CAP NON -PRESSURE LATERAL LINE AT BACK OF SIDEWALK INSTALL NON -PRESSURE LATERAL LINE INSTALL 2 - 3 INCH PVC SLEEVE UNDER SIDEWALK. COORDINATE SLEEVE LOCATION WITH THE LANDSCAPE ARCHITECT PRIOR TO INSTALLATION L- INSTALL FLOOD BUBBLER MAX. 5' O.C. INSTALL (4) SPRAY HEAD PER PALM PALM TREE WHERE OCCURS CONCRETE WALK WHERE OCCURS (INSTALL 3 INCH PVC SLEEVE IF LATERAL LINE CROSSES UNDER CONCRETE.) A IRRIGATION TYPICAL w/ PALM & SHRUBS NOT TO SCALE IRRIGATION NOTES 1. THE CONTRACTOR WILL BE RESPONSIBLE TO INSTALL IRRIGATION SYSTEM (SLEEVING, NON -PRESSURE LATERAL LINES, BUBBLERS & SPRAY HEADS) IN EACH PARKWAY PLANTER. 2. THE PROPERTY OWNER WILL BE RESPONSIBLE TO CONNECT TO THE IRRIGATION SYSTEM AT THE PROPERTY LINE AND UTILIZE THE IRRIGATION SYSTEM WITHIN THE PARKWAY AS THEY DETERMINE. 3. THE SOURCE OF WATER TO BE USED FOR IRRIGATION PURPOSES, WITHIN THE PARKWAY, WILL BE THE SOLE RESPONSIBILITY OF THE THE PROPERTY OWNER. SEE SHEET L1.1 FOR IRRIGATION LEGEND SEE SHEET LIA FOR IRRIGATION NOTES & DETAILS REFER TO TITLE SHEET FOR GENERAL NOTES SEE SHEET LPA FOR PLANTING, LEGEND & DETAILS (EDGEWATER AVENUE) 11 L 11 1.25 1.25 1.25 1.25 1.25 1.25 1.25 (EDGEWATER AVENUE) 3/4" GPM 3/4" GPM 3/4" GPM 3/4" GPM 3/4" GPM 3/4" GPM L3/4" GPM 3/4" 1.80 3/4" .80 3/4" 1.80 3/4" 1.00 3/4" 2.00 GPM GPM GPM GPM GPM NORTH Scale: 1" = 20'-0" 7Lrm%mmmmm� 0 5' 10' 20' 40' 4 SIDEWALK :.� 3'-G" PLANTER I RESIDENCE 30„ I I I I I I I I Q- - 30" w z J w R CAP NON -PRESSURE LATERAL LINE AT BACK OF SIDEWALK INSTALL NON -PRESSURE LATERAL LINE INSTALL 2 - 3 INCH PVC SLEEVE UNDER SIDEWALK. COORDINATE SLEEVE LOCATION WITH THE LANDSCAPE ARCHITECT PRIOR TO INSTALLATION CU' INSTALL FLOOD BUBBLER MAX. 5' O.C. RB INSTALL (2) WATERING SYSTEM BUBBLERS PER TREE STREET PARKWAY TREE WHERE OCCURS CONCRETE WALK WHERE OCCURS (INSTALL 3 INCH PVC SLEEVE IF LATERAL LINE CROSSES UNDER CONCRETE.) B IRRIGATION TYPICAL w/ TREE & SHRUBS NOT TO SCALE INDICATES STREET ADDRESS S F. INDICATES AREA TO BE IRRIGATED IN SQUARE FEET INDICATES SIZE OF LATERAL LINE FOR 3/4" 0.70 GPM INDICATES GALLONS PER MINUTE FLOOD BUBBLERS INDICATES SIZE OF LATERAL LINE FOR 3/4" 1 Do GPM INDICATES GALLONS PER MINUTE TREE BUBBLER OR PALM TREES SPRAY HEADS NORTH �_> KEY MAP NOT TO SCALE PACIFIC OCEAN (F'V1 sib NEWPORT CHANNEL PLANS PREPARED BY: REVIEWED: • ��o PM° �qqQ q� STREET IMPROVEMENT PLANS Landscape Architects And P� k Planners MONTERO AVENUE 7860 IDR �, �No 8S G FOR PAVEMENT REHABILITATION OF 151 Kalmus DrMa, Suite MB 78 60 Calle Esbado � P l' °oala Meaa,DA i La°.Iola,DA 92253 �, ti IRRIGATION PLAN ],asn,.,soo ]soseos,ss m ], 4.64,.,323 Fa�a�,a ]so.56a.o36BFaalmlle ANADE AVENUE UNDER THE SUPERVISION OF: w- s: r ATu .- PATRICIA KHARAZMI, PE *�n Feb. zorl * ASSISTANT CIVIL ENGINEER MONTERO AVENUE Keawwhaft holm 'P� 11-14-2019 1 14-2 19 P DESIGNED DRAWN 9TF of CA��Fo� GV DT ALVARADO PLACE CITY OF NEWPORT BEACH L1.2 �llb6l�y011d1g. 11-14-2019 °n \ _ , CHECKED DATE DATE: PUBLIC WORKS DEPARTMENT SHEET 23 OF 25 GA rs ' ; ASOUEZ, LA Na ,.•nv3 DATE GV October 14, 2019 N0. DATE DESCRIPTION OF REVISIONS APP'D 301 ° 305 ° 307 ° 309 ° 309 ° I I i I I (BAY AVENUE) 11 313 ol 31 5 ° 31 7 ° t FITI I I 11 IIS LLx_ - - 1, : 3 1 9° 1 132 1° 1 1323 ° 1 1325 ° 1 1327 ° A L V A R A D O P L A C E IRRIGATION NOTES 1. THE CONTRACTOR WILL BE RESPONSIBLE TO INSTALL IRRIGATION SYSTEM (SLEEVING, NON -PRESSURE LATERAL LINES, BUBBLERS & SPRAY HEADS) IN EACH PARKWAY PLANTER. 2. THE PROPERTY OWNER WILL BE RESPONSIBLE TO CONNECT TO THE IRRIGATION SYSTEM AT THE PROPERTY LINE AND UTILIZE THE IRRIGATION SYSTEM WITHIN THE PARKWAY AS THEY DETERMINE. 3. THE SOURCE OF WATER TO BE USED FOR IRRIGATION PURPOSES, WITHIN THE PARKWAY, WILL BE THE SOLE RESPONSIBILITY OF THE THE PROPERTY OWNER. 3/4" 1.25 GPM 329 ° I 205 ° (EDGEWATER AVENUE) • E_ =3 I I (EDGEWATER AVENUII) (EDGEWATER AVENUE) 207AS.F1207 S30 3/4" 1.25 3/4" 2.50 GPM GPM INDICATES STREET ADDRESS 1 1 1 S F INDICATES AREA TO BE IRRIGATED IN SQUARE FEET INDICATES SIZE OF LATERAL LINE FOR 3/4" GPM INDICATES GALLONS PER MINUTE FLOOD BUBBLERS 1.00::X_ INDICATES SIZE OF LATERAL LINE FOR 3/4" GPM INDICATES GALLONS PER MINUTE TREE BUBBLER OR PALM TREES SPRAY HEADS NORTH Scale: 1" = 20'-0" 7%m7m%mmmmm� 0 5' 10' 20' 40' NORTH KEY MAP NOT TO SCALE 6TH. ST o m C o m Cor w Q PACIFIC OCEAN m MONT, h 2 O SEE SHEET L1.1 FOR IRRIGATION LEGEND SEE SHEET L1.2, DETAILS A & B, FOR TYPICAL IRRIGATION BUBBLERS & SPRAY HEAD LAYOUT SEE SHEET LIA FOR IRRIGATION NOTES & DETAILS BALBOA PENINSULA ® REFER TO TITLE SHEET FOR GENERAL NOTES mmwmftbobn Cs11mft9vmdi& REFER TO SHEET LP.2 FOR PLANTING, LEGEND & DETAILS PLANS PREPARED BY: Imo m Landscape Architects And Park Planners c",,cere Off ice: Regb lOfiiw: 151 Kelmus Dnv, , Buda M8 ]8060 Calle Eetretlo Costa Mees, CA92628 La Duinfa, CA a- 7146E1.1- ]605805165 ]10.601.1323 Farsimle ]60.66E.0369Fa¢Imlle UNDER THE SUPERVISION OF: 11-14-2019 GArs,tASQUEZ, LA No. ,1_3 DATE ,_ ,NDSC,gp <v��OQy M V gSQG q�n C�PJN0. 83 F� y Ld _ n ty- S." ATU .- --q S 11-14-2019 DATE 9TF OF C DESIGNEDDRAWN GV DT CHECKED DATE GV October 14, 2019NO DATE I DESCRIPTION OF REVISIONS REVIEWED: APP'D DATE: PATRICIA KHARAZMI, PE ASSISTANT CIVIL ENGINEER STREET IMPROVEMENT PLANS FOR PAVEMENT REHABILITATION OF ANADE AVENUE MONTERO AVENUE ALVARADO PLACE BAYISLAND (PVT ST) NEWPORT CHANNEL ALVARADO PLACE IRRIGATION PLAN CITY OF NEWPORT BEACH L1.3 PUBLIC WORKS DEPARTMENT SHEET 24 OF 25 POP-UP SPRINKLER HEAD SEE LEGEND, SHEET L1.1, FOR NOZZLE SPECIFICATION FINISHED GRADE TOP FLUSH W/ F.G. IN TURF AREAS TOP 1/2" ABOVE F.G. IN SHRUB AREAS SCH. 80 NIPPLE, LENGTH AS REQUIRED 1 MARLEX STREET ELL AND 1 PVC THREADED ELL (90) SCH. 80 NIPPLE (6" MINIMUM) MARLEX STREET ELL OUT OF LATERAL LINE FITTING LATERAL LINE, DEPTH AS SPECIFIED IN LEGEND HEAD TO BE INSTALLED: 2" FROM ALL CURBING 4" FROM ALL WALKWAYS 12" FROM ALL BUILDINGS AND WALLS SWING JOINT ASSEMBLY TO BE SIZED PER SPRINKLER INLET SIZE 4 -INCH LOCKING GRATE ROOT WATERING SYSTEM FINISH GRADEJOP OF MULCH [yato] :4k1/_1Ik/10 112 -INCH STRAIGHT SPIRAL BARB FITTING 112 -INCH POLY SWING PIPE 112 -INCH SPIRAL BARB ELBOW 12 -INCH SWING ASSEMBLY 112 -INCH MALE NPT INLET PVC SCH 40 TEE OR EL 1149472go] WdQ1:1'112101aWON 111:7_14ffi'T 4" WIDE X 36" LONG RIGID BASKET WEAVE CANISTER CLEAN COMPACTED BACKFILL FINISHED GRADE CLEAN COMPACTED BACKFILL PAVING/CONCRETE NOTE: NOTES: 1. ONCE RWS HAS BEEN INSTALLED FILL THE BASKET WITH PEA IN ROCKY SOILS INSTALL PIPING IN SAND BED GRAVEL BEFORE LOCKING LID. D POP-UP SPRAY BODY NOT TO SCALE C ROOT WATERING SYSTEM (RWS) NOT TO SCALE B PIPE INSTALLATION NOT TO SCALE A SLEEVE INSTALLATION NOT TO SCALE GENERAL IRRIGATION NOTES 1. IT IS THE RESPONSIBILITY OF THE IRRIGATION CONTRACTOR TO FAMILIARIZE HIMSELF WITH ALL GRADE DIFFERENCES, LOCATION TREES, STRUCTURES AND UTILITIES. THE CONTRACTOR SHALL REPAIR OR REPLACE, AT NO ADDITIONAL COST TO THE CITY, ALL ITEMS DAMAGED BY HIS WORK. THE CONTRACTOR SHALL COORDINATE HIS WORK WITH OTHER CONTRACTORS FOR THE LOCATION AND INSTALLATION OF PIPE SLEEVES AND LATERALS THROUGH WALLS, UNDER ROADWAYS AND PAVING, ETC. 2. THE CONTRACTOR SHALL NOT WILLFULLY INSTALL THE IRRIGATION SYSTEM AS SHOWN ON THE DRAWINGS WHEN IT IS OBVIOUS IN THE FIELD THAT UNKNOWN OBSTRUCTIONS, GRADE DIFFERENCES, OR DIFFERENCES IN THE AREA DIMENSION EXIST THAT MIGHT NOT HAVE BEEN ADDRESSED IN THE DESIGN OF THE IRRIGATION SYSTEM. SUCH OBSTRUCTIONS OR DIFFERENCES SHALL BE BROUGHT TO THE ATTENTION OF THE OWNER'S AUTHORIZED REPRESENTATIVE. IN THE EVENT THIS NOTIFICATION IS NOT PERFORMED, THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ANY NECESSARY ALTERATIONS TO THE WORK. 3. THE CONTRACTOR SHALL OBTAIN, COORDINATE, AND PAY FOR ANY AND ALL INSPECTIONS AS REQUIRED. 4. THE CONTRACTOR SHALL BE RESPONSIBLE AND LIABLE FOR ANY ENCROACHMENT INTO ADJACENT PROPERTY, R.O.W.'S, EASEMENTS, SETBACKS OR ANY OTHER LEGAL PROPERTY RESTRICTIONS EITHER MARKED OR UNMARKED. 5. THIS DESIGN IS DIAGRAMMATIC. ALL PIPING, VALVES, ETC., SHOWN WITHIN PAVED AREAS IS FOR DESIGN CLARIFICATION ONLY AND SHALL BE INSTALLED IN PLANTING AREAS WHEREVER POSSIBLE. THE CONTRACTOR SHALL LOCATE ALL VALVES IN SHRUB OR GROUNDCOVER AREAS. 6. TRENCHING WITHIN THE DRIPLINE OF LARGE EXISTING TREES SHALL BE PERFORMED BY HAND, AND WITH EXTREME CARE NOT TO SEVER ROOTS 1-1/2" IN DIAMETER AND LARGER. WHERE ROOTS 1-1/2" IN DIAMETER AND LARGER ARE ENCOUNTERED, THE CONTRACTOR SHALL TUNNEL UNDER SAID ROOTS. EXPOSED ROOTS THAT HAVE BEEN TUNNELED UNDER SHALL BE WRAPPED IN WET BURLAP AND KEPT MOIST WHILE THE TRENCH IS OPEN. 7. PIPE SIZES SHALL CONFORM TO THOSE SHOWN ON THE DRAWINGS. NO SUBSTITUTIONS OF SMALLER PIPE SIZES SHALL BE PERMITTED, BUT SUBSTITUTIONS OF LARGER SIZES MAY BE APPROVED. ALL DAMAGED AND REJECTED PIPE SHALL BE REMOVED FROM THE SITE AT THE TIME OF SAID REJECTION. 8. THE CONTRACTOR SHALL FLUSH AND ADJUST THE DRIP SYSTEM AND VALVES FOR OPTIMUM PERFORMANCE. 9. ALL IRRIGATION EQUIPMENT NOT OTHERWISE DETAILED OR SPECIFIED SHALL BE INSTALLED AS PER MANUFACTURER'S RECOMMENDATIONS AND SPECIFICATIONS. rr ins behm e IRRIGATION SYSTEM LAYOUT DUE TO THE SCALE OF THESE DRAWINGS THE CONTRACTOR SHOULD BE AWARE OF THE POSSIBILITY THAT THE NEED FOR MINOR ADJUSTMENTS TO THE IRRIGATION SYSTEM MAY BE NECESSARY TO PROVIDE PROPER COVERAGE. THESE ADJUSTMENTS COULD INCLUDE NOZZLE CHANGES AND/OR ADDITION OR DELETION OF INDIVIDUAL HEADS TO COMPENSATE FOR CHANGES MADE ON THE SITE. FURTHERMORE, THE IRRIGATION DESIGN IS DIAGRAMMATIC. ALL PIPING, VALVES, ETC., SHOWN WITHIN PAVED AREAS IS FOR DESIGN CLARIFICATIONS ONLY AND SHALL BE INSTALLED IN SHRUB AREAS WHEREVER POSSIBLE. EXISTING CONDITIONS THE CONTRACTOR IS RESPONSIBLE FOR REPLACING ANY EXISTING DAMAGED ITEMS DURING CONSTRUCTION INCLUDING HARDSCAPE, LIGHTING, DRAINAGE, IRRIGATION EQUIPMENT, TREES, SHRUBS, TURF AND GROUNDCOVER. THE CONTRACTOR SHALL REPLACE ANY AND ALL DAMAGED ITEMS TO THE SATISFACTION OF THE ENGINEER. SLEEVING SLEEVES SHALL BE PLACED UNDER ALL COBBLE, CONCRETE OR A.C. PAVING WHERE IRRIGATION LATERAL, MAINLINE, AND WIRE CROSS. SLEEVES SHALL BE PVC SCH. 40, MINIMUM BURY12" DEEP. WATER AND CONTROL WIRE SHALL NOT BE PLACED IN THE SAME SLEEVE. SLEEVES TO BE TWICE THE DIAMETER OF THE PIPE BEING SLEEVED. POLYVINYL CHLORIDE PIPE PRIMER IPS WELD -ON P-70 PRIMER PURPLE (USE WITH ALL PVC CONNECTIONS) PVC PIPE FITTINGS ALL FITTINGS CONNECTING PVC TO PVC SHALL BE SPEARS'EverTUFF TURF FITTINGS' COLORED BLUE OR APPROVED EQUAL. ALL PVC FITTINGS TO BRASS VALVES SHALL BE REINFORCED WITH STAINLESS STEEL COLLAR. PLANS PREPARED BY: 120 muftm Landscape Architects And Park Planners .,poste Offt Regional oK 51 Kal Crrve, Suile M8 ]8060 Calle EeOado C_ Mesa, CA 92626 La Wrta, CA 92253 ]14641.1300 ]605885165 ]14.641.1323 Farsiml. ]60.664.0360 F,¢ lle 11-14-2019 GAR "�� �'ASQUEZ, LMNCo_E DATE \, ,NDSCgp -0 M V q SQG q�n c�QCIA No.­883 F� y � Feb. 2021 n� 11-14-2019 �Q DESIGNED DRAWN 9TF OFACA�\F��� GV DT CHECKED DATE GV October 14, 2019 NO. I DATE I DESCRIPTION OF REVISIONS REVIEWED: APP'D IDATE: PATRICIA KHARAZMI, PE ASSISTANT CIVIL ENGINEER STREET IMPROVEMENT PLANS FOR PAVEMENT REHAB ILITATIONI OF ANADE AVENUE MONTERO AVENUE ALVARADO PLACE IRRIGATION NOTES & DETAILS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT U.4 SHEET 25 OF 25