Loading...
HomeMy WebLinkAboutC-7288-2 - Balboa Crossing Improvement Project100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 r-ax newportbeach<a.gov June 8, 2022 GMC Engineering, Inc. Attn: Gennady Chizhik 1401 Warner Avenue, Suite B Tustin, CA 92780 Subject: Balboa Crossing Improvement Project — C-7288-2 Dear Mr. Chizhik: On June 8, 2021, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on June 9, 2021, Reference No. 2021000382863. The Surety for the contract is Western Surety Company and the bond number is 30100341. Enclosed is the Faithful Performance Bond. Sincerely, ,J Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 30100341 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 7,954.00 , being at the rate of $ 9.04 per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for: removal and reconstruction of approximately 3,345 square feet of sidewalk; removal, and reconstruction of seven (7) sidewalk ramps and creation of three (3) new curb ramps; removing and replacing concrete driveways; removing and replacing concrete cross gutter and spandrel; removing and reconstruction of a new catch basin, constructing new curb inlets, removing and replacing in full depth street asphalt within work limits; removing two and one-half inches (2.5") of existing street asphalt by grinding and replacing with Asphalt Rubber Hot Mix; removing and replacing crushed aggregate base; removing and recompacting sub grade to 95% relative density; removing and replacing all street markers, striping, and painting; removing and replacing street signage and appurtenances in the field for the completion of the Balboa Crossing Improvement Project, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Eight Hundred Eighty Thousand Dollars and 10/100 ($880,000.10) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. GMC Engineering, Inc. Page B-1 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the I ith day of November 20-20 _. GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 151 N. Franklin Street - Floor 17 Chicago, IL 60606 Address of Surety 877-672-6115 Telephone APPROVED AS TO FORM: CITY ATTORNEY!'S OFFICE Date: � r By: i'. ar n C. rp i.A#A 1,11t+ GUy Attor ey -' Authorized Si naturefTi Gr—m,* � w David B. Sandiford Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GMC Engineering, Inc. Page B-2 ACKNOWLEDGMENT A nota lic or other officer completing this certificate enly the identity of the individual who signed the ,WWent to which this certificate is attached, and not AEx hfulness, accuracy, or validity of that docurn6wrl State of California �f County of On 20_efore me, Notary Public, personally appeared YY who proved to me on the basis of satisfactory evAQ99 to be the person(s) whose name(s) is/are subscribed to the within instrument and ac ledg& a that he/she/they executed the same in his/her/their authorized capacity(ies), an y his it signatures(s) on the instrument the person(s), or the entity upon behalf of whic rson eedd, executed the instrument. 1 certify under PENALTY OF PERJURY under the la of the State ot'c grnia that the foregoing paragraph is true and correct. (], WITNESS my hand and official seal. Signature (seal) O� 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) GMC Engineering, Inc. Page B-3 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ Orange On November I Ith, 2020 before me, Rosemarie Geiger ore mac a name aid I,t e o c marl ` personally appeared David B. Sandiford who proved to me on the basis of satisfactory evidence to be the person(a) whose name(s) Wafe subscribed to the within instrument and acknowledged to me that he/&FeAhey executed the same in his/berA4�e f authorized capacity(ies), and that by his/her94e4 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s-yacted, 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, GEIGER Notary Public - California Orange County f �Q/� Commission 0 2282108 a ➢a o My Comm. Expires Mar 21, 2027 Notary Public Sign re(Notary Public Sea]) . •�T_ OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages ___ Document Date_ CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer de ❑ Partner(s) IN Attorney -in -Fact ❑ Trustee(s) F] Other INSTRUCTIONS FOR COMPLETING THIS FORM 2hisJorn, complies with current California statures regardingnounywarding and, i(needed, should be completed and attached io the domavent Acknowledgments tram other stales uray be completedfor docwnenrs being seat to that stare so long as the wording does nor require the CalVornia notary to violate California notary law. • Slate and County information must be the Stale and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date Thar the signer(s) personally appeared which must also be the same date the acknowledgment is completed • The rotary public must print his or her name as it appears within his or her emnm issi on followed by a comma and than your title (notary public). • Print the name(s) of documenl signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. hetsine/they-,- is lace ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. The nowry seal impression must be clear and plmlagmphically reproducible. Impression toast not cover text or lines. If seal impression smudges, re. -sent if a suf or ient areu permits. otherwise complete a tli fferenI acknowledgment tort n. Siy,namre of the oonry public inual snatch the signature on File with the office of the unuav cleik. Additiunal iufutnrtliou is out required but could help to ensure this acknowledgment is not misused or attached to a diffe cni document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by (lie .signet If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). Securely attach this document to the signed document with a sulple. 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 Date personally appeared before me, . Megan Featherston, Notary Public Gennady Chizhik Here Insert Name and Title of the Officer 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 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. P4ec1NnAIIIL1611,19 Pl tr;,r� P,i IiRunei I82VU PI/Con,it pw, l-b 1, 202 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. , Signature �—j__l - 1'+ `' Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:._.-_.._.____.._.__ Document Date: _ Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name Signer's Name Corporate Officer — Title(s): -__ Corporate Officer — Title(s) Partner — ❑ Limited _j General I Partner — _..i Limited - General _ Individual Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator _ Trustee Guardian or Conservator Other. ---------._._._-_--_---_—. --- r; Other: Signer Is Representing Signer Is Representing: ©2016 National Notary Association • www.NationalNotary,org • I-800-US ,NOTARY (1-800-876-6821) Item #5907 � ✓estern Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint David Sandiford, Individually of Arcadia, CA, its (me and lawful Altomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby mtitied and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this bth day of November, 20IS. Q+s�pkr�, WESTERN SURETY COMPANY jW �pPogq��\O� EAV/pe e4rNOPwd �""'^•.+•�"'XPaul T. Bmtla[, Vice President State of South Dakota 1 as JJ County of Minnehaha On this 6lh day of Novernbeq 2018, before me personally came Paul T. Bratlat, to me known, who, being by me duly sworn, did depose and soy: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so atTxcd pursuant to authority given by the Board of Directors of said corporation and that he signed his name (hereto pursuant to like authority, and acknowledges same to be the net and deed of said corporation. My commission expires J. MOHR ,�gxorunvuauc /"� June 23, 2021 ° soemaxM J. Mohr, Notary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certi ty, that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and atfixed the seal of the said corporation this _ 11th day of November _ 2020 sip'"ET}eo WESTERN SURETY COMPANY _+�,'r pPPaggt�3ny J•� �P L. Nelson, Assistant Secretary Farm P428/47-21712 Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. N° 3472 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE AMENDED Certificate of Authority Tins Is To CFaTwy, That, pursuant to the Insurance Code of the State of California, WESTERN SURETY COMPANY of SIOUX FALLS, SOUTH DAKOTA , organized under the laws of SOUTH DAKOTA , subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of Insurance: SURETY and LIABILITY as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tins CEWMICATs is expressly conditioned upon the holder hereof now and hereafter being fit full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WrsWM WHEREOF, effective as of the ------- 21ST ---- ...__(lay of____.MARfrH._.____._.___.._-------- 1915._-, I have hereunto set my hand and caused my official seal to be affixed th1s--21ST--_- day of ------- _.._MARCH.- -..-- -- — 1J 775 Fee WESLEY J. KINDER tnsunae" Commluio. Ree. No. Filed By outy /��z(�cl"_sC NOTICE: Qualification Wilt, the Secretary of Stale must he accomplished as required by the California Coriwmtions Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Ins. Code Sec. 701 and Will he grounds For revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. F'a,M Ca 3 .......... .... w ous m o.. August 16, 2021 GMC Engineering, Inc. Attn: Gennady Chizhik 140"1 Warner Avenue, Suite B Tustin, CA 92780 Subject: Balboa Crossing Improvement Project -C-7288-2 Dear Mr. Chizhik: ivi, �lewl _rf it U•pv� n.0 On June 8, 2021 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on June 9, 2021, Reference No. 202100038286;1. The Surety for the bond is Western Surety Company and the bond number is 30100341. Enclosed is the Labor & Materials Payment Bond. Sincerelv, Z -y' Leilani I. Brown, MMC Citv Clerk Ernclosure Premium: $7,954.00 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 30100341 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for: removal and reconstruction of approximately 3,345 square feet of sidewalk; removal, and reconstruction of seven (7) sidewalk ramps and creation of three (3) new curb ramps; removing and replacing concrete driveways; removing and replacing concrete cross gutter and spandrel; removing and reconstruction of a new catch basin, constructing new curb inlets, removing and replacing in full depth street asphalt within work limits; removing two and one-half inches (2.5") of existing street asphalt by grinding and replacing with Asphalt Rubber Hot Mix; removing and replacing crushed aggregate base; removing and recompacting sub grade to 95% relative density; removing and replacing all street markers, striping, and painting; removing and replacing street signage and appurtenances in the field for the completion of the Balboa Crossing Improvement Project, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western SuretyCompany to transact - - p y _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 Eight Hundred Eighty Thousand Dollars and 101100 ($880,000.10) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then th( Surety will pay for thn snmr., in an mlloiint not GMC Engineering, Inc. Page A 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 lith day of November , 2020 . GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 151 N. Franklin Street - Floor 17 Chicago, IL 60606 Address of Surety 877-672-6115 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: it 1 / By: r Aar n C City Attorney Authorized Signaturitle C�ern2l��x.�4rw. Authorized Agent Signature David B. Sandiford Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GMC Engineering, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the entity of the individual who signed the docume t which this certificate is attached, an of thetr I accuracy, or validity of th qpq_ . A State of California County of ss, •rr[[c On bef Notary Public, personally appeared who proved to me on the basis of satisfac ence to b t(� on(s) whose name(s) is/are subscribed to the within instrument and ac to me that they executed the same in his/her/their authorized capacity(ies), and that r4heir sig7ia(i�( on the instrument the person(s), or the entity upon behalf of which the pe fg) gybed, ex ejistrument. I certify under PENALTY OF PERJURY under the laws of the Sta�bal' is thaforegoing paragraph is true and correct. WITNESS my hand and official seal. nature (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) GMC Engineering, Inc. Page A-3 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On November l I th, 2020 before me, Rosemarie Geiger �(err.naar nam�ear-e� personally appeared David D. Sandiford who proved to me on the basis of satisfactory evidence to be the person(a) whose name( -3j isfare subscribed to the within instrument and acknowledged to me that he/aheMey executed the same in his/beiI authorized capacity(ies), and that by his/h4&F 4e1F signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, WITNESS my hand and official seal. � a. cElcra Notary Public r California orange County E Sys,; Commission q 2287108 - My Comor Expires Mar 21, ID27 Notary rubric Slgn<e�_-��� (Notary Public Seep ADDITIONAL OPTIONAL INFORI DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) of Pages — _ Document Date____ CAPACITY CLAIMED BY THE SIGNER 11 Individual (s) ❑ Corporate Officer de — CI Partner(s) N Attorney -in -Fant (] Trustee(s) L) Other__ TION --- __..__---- . _—_. _. O INSTRUCTIONS FOR COMPLETING THIS FORM Air form complies with currens Cali(ornia stmule.r regarding notery ivording and, i(needed,, should be completed mid attached In the document dchnmvtedguients (rani olher stales may be cmnpleled for documents being sent to that stale so long ns alfa warding does +rot require the Cuiifhrniu nneup to violate Cali/ronin nntarp tmv. • Stam and County information must be the State end County where the document signer(s) personally appeared before the notary public for acknowledgment. • Dale of notarization must be the date that the signer(s) personally appcarcd which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it y>peos within his or her commission Billowed by a comma and ahcn your [tile (nntnry p .114C). • Print the name(s) of ducmncm .signer(s) who personally appear at the lime of noual'1201iom • htdwate the correct singular in plural forms by crossing oil incorrect foams (i.c. hehhe/Iheyr-ishu'e ) or circling the correct farms. Puilure to correctly indicate (his information ally lead to rcjCC ion of doemnent recording, • The notary seal Impression must be clear and pholog'aphically elooducibde. Iwpression nuut not Cover Icxl or Iinc<. If seal hnpressinn snmdgus, re. -seal ila sufficient area permits. otlxneisc complete a different acknowledgment [orm. • Smoaune .1 tile notary puiilic'tiul match the sigmtUIC on file with the office of the enunty clerk. Allditi0n:d "']initiation is 1101 required but Condit 11011 m uuuue this acknowledgment is 1101 misused or attached ton differed dncunwnt. Indicate title or type ofaum11ed document. numbs' nl'pages and date. Indicate the capacity claimed by the sig11a'. If the chanted ugnmity is a corporate officer, indicate the title (i.e. C170, ('r0, Secretary). • SCe111e1Y atach this document 10 the signed doeunteut Will It staple. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1169 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 On __ _. before me, — Megan Featherston, Notary Public Date Here Insert Name and Title of the Officer personally appeared Gennady Chizhik _ 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. � v}':�±iCw,>Ar �^ dR.. =...au'! xT Sit ;refim.•3n„� fALlddnI A1111 Pill ndyl,,.p„ li 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 of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Corporate Officer _. Title(s): Partner -- F! Limited 1 General Individual --.'Attorney in Fact Trustee . Guardian or Conservator Other: Signer Is Representing Number of Pages ___-- Signer's Name: Corporate Officer — Title(s): C Partner — _.i Limited General Individual Attorney in Fact _ Trustee Guardian or Conservator 1. Other: Signer Is Representing: 02016 National Notary Association • www.Nitiona[Notary.org • 1 -800 -LIS NOTARY (1-800-676-6827) Itern #5907 � ✓estern Surety Cory ,,)any POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, isit duly organized and existing corporation having its principal office in the City of Sioux Palls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hemby make, constitute and appoint David Sandiford, Individually of Arondia, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and un its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this lith day of November, 2018. SYRFi}e WESTERN SURETY COMPANY �wl� P?Oq "'^•••+fPaul T. Bndlat, Vice President State of South Dakota l as )J County of Minnehalra Oil this 6th day of November, 2018, before me personally came Paul 1'. Bmflat, to me known, who, being by me duly swum, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; [hat he knows the seal of said cmporalion; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Bmud of Directors of said corporation and that he signal his name thereto fictional to like authority, and acknowledges same to be the act and (toed of said cooperation, My commission expires J. MOHR , 2021�e w1saYPURIC June 23 _— __._-. awrewrHwwww�ww�wa �• J. Mohr, Notary Public CERTIFICATE I, 1. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in forte, and further certify that the By-law of the corporation printed on the reverse hereof is still in tonne. In testimony whereof I have hereunto sobscrihed my more and aBixcd the seal of the said corporation this _ - 11th. day of November 1 2020 p�yYREi'}`e WESTERN SURETY COMPANY '�'NQ/`apPOgq)�`nz � zl �'y�rN UPMC Iham 14280-7-2012 C„ Nelson, Assistant Scelc fly Go to www,.cnasu_retv.com. > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. N° 3472 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate of Authority Tits Is ro Csnrnrr, That, pursuant to the Insurance Code of the State of California, WESTERN SURETY COMPANY of SIOUX FALLS, SOUTH DAKOTA , organized under the laws of SOUTH DAKOTA subject to ifs Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the follo ving classes of insurance: SURETY and LIABILITY as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tris CenrtrteiTn is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WrrNsss Wtmtaov, effective as of the.. ----- 21ST_._. .... day of----- ------ 197.5-_, I have hereunto set my hand and coined my of ficial seat to be affixed this_ 21ST ---.- day of- --MARCH 1975 Fee WESLEY J. KINDER tnwrmcei Commlubnsr Ree. No. X Filed By mW NOTICE.; Qualification with the Secretary of State must be accomplished as required by the California Corfwretfons Coda promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Ins. Code Sec. 701 and will be grounds for revoking this Certlfleate of Authority punuant to the covenants made In the application therefor and the conditions contained herein. va.. ce.a Batch 10592357 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 2 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NO FEE S R 0 0 1 2 8 9 2 2 0 2 S � 2021000382863 9:36 am 06/09121 227 NC -5 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 GMC Engineering, Inc., Tustin, California, as Contractor, entered into a Contract on November 10, 2020. Said Contract set forth certain improvements, as follows: Balboa Crossing Improvement Project - C-7288-2 Work on said Contract was completed, and was found to be acceptable on June 8. 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Westem Surety Comvanv. Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ��1�1�1 1 oW�I at Newport Beach, California. :l7 https://gs.secure-recording.com/Batch/Confirmation/I 0592357 06/09/2021 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GMC Engineering, Inc., Tustin, California, as Contractor, entered into a Contract on November 10, 2020. Said Contract set forth certain improvements, as follows: Balboa Crossing Improvement Project - C-7288-2 Work on said Contract was completed, and was found to be acceptable on June 8 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. BY Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on II& q, AzI at Newport Beach, California. M CITY OF NEWPORT BEACH c`�o 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 21st day of October, 2020, at which time such bids shall be opened and read for BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 $950,000 Engineer's Estimate James M. Houlihan puty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" AND "C-27" For further information, call Patrick Arciniega, Project Manager at (949) 644-3347 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca.gov/government/open-transparent/online-services/bids-rfps- vendor-registration City of Newport Beach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 TABLE OF CONTENTS NOTICEINVITING BIDS......................................................................................... Cover INSTRUCTIONS TO BIDDERS.......................................................................................3 BIDDER'S BOND.............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)....................................................................9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD.....................................................15 ACKNOWLEDGEMENT OF ADDENDA........................................................................18 INFORMATION REQUIRED OF BIDDER.....................................................................19 NOTICE TO SUCCESSFUL BIDDER............................................................................21 CONTRACT...................................................................................................................22 LABOR AND MATERIALS PAYMENT BOND ............................................ Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS................................................................. Exhibit C PROPOSAL............................................................................................................... PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 FA City of Newport Beach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, 3 bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to 0 provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. ! r Contractor's License No. & Classification Authorized Signature/Title ✓ i'✓ 7 j` -i %k -jb! iiiJ 2 'v' DIR Registration Number & Expiration Date Date Bidder f 5 City of Newport_Seach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 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 10% of the Total Amount Bid Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the project of Balboa Crossing Improvement Project, Contract No. 7288-2 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 1st day of October 2020. GMC Engineering Inc. By: Name of Contractor (Principal) Authorized Signatur itle Western Surety Company Name of Surety 151 N. Franklin St. - Floor 17 Chicago, IL 60606 Address of Surety 877-672-6115 Telephone David B. Sandiford Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint David Sandiford, Individually of Arcadia, CA, its true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November, 2018. ".FRET"'" WESTERN SURETY COMPANY =�W�fpY`POggr •'Le 3yyj�V �;v� 2 Se a�'P ` �>H pP�.i� .11„I,III"^ aul T. Bruflat, Vice President State of South Dakota 1 Jl ss County of Minnehaha On this 6th day of November, 2018, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J. MOHR NoraavPuauc June 23, 2021 0 s°"T"nAKorA� /y / J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 1st day of October 2020 °..VRE '% �s•......•••.WESTERN SURETY COMPANY f�PPOggj,'�'ja= cy) zd.4j� 1Z� ''..4rll DP1��a+cd "IIIIIINIM L. Nelson, Assistant Secretary Form F4280-7-2012 Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On October 1st, 2020 before me, Rosemarie Geiger ere insert name an Ut e or'th officer) personally appeared David B. Sandiford who proved to me on the basis of satisfactory evidence to be the person(e) whose names) isfafe subscribed to the within instrument and acknowledged to me that he/srhe" executed the same in his/beFA4�eif authorized capacity(aes), and that by his/fa-e- 4& signature(s) on the instrument the person(s4, 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. ananofficialsea. y hand and l �� �� ,� � R. GEIGER WITNESS m' �,/`r Notary Public • California = .v o Orange County ) A ///„ � „ , _ � `7 Commission N 2282108 Notary Pubric SignatuA (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages __ Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) N Attorney -in -Fact E] Trustee(s) F-1 Other INSTRUCTIONS FOR COMPLETING THIS FORM This. farm complies with current California statutes regarding notary wording and, ifneeded, should be completed and attached to the document. Acknowledgments from other states may be completed.for documents being sent to that state so long as the wording does not require the California nota)), to violate Cali%rnia )rotary law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/thew- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression trust not cover text of lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. 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 October 20, 2020 before me, Megan Featherston, Notary Public Date Here Insert Name and Title of the Officer personally appeared Gennady Chizhik 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. MEGAN FEATHERSTON Notary Public • California z Z orange County Commission # 2182170 A. My Comm. Expires Feb 3, 2021 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature— , ) Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): - Partner — ❑ Limited - General Individual 'Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing Number of Pages Signer's Name:---- Corporate ame: _--Corporate Officer — Title(s): Partner — 0 Limited - General Individual D Attorney in Fact Trustee -'Guardian or Conservator C; Other: Signer Is Representing: h:4(:t%4e%(;�c;Lac;�;<:C:�a:�X;+�S'�.'S:Z:<<,r�;<<..r-(:t'Lt:C:r,,C:�.�<,ti:�;+`•:.'+.,r.<.'. �+::t:ci:{:�.�c:{.'C:�.`CL'c.c:1-?(;rt;e:.tri.X%c.'�:.e.r.<.c-�4�c.:4'uc.+:.<,,v-;;r;ct�,v.::(;< 02016 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 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. Bidder 9 Authorized SignatureMle City of Newport Beach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name 51�'1 FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency construction projects that you have worked on (or are currently working on) in the past 5 years in excess of $750,000 and which include traffic signal and streettsidewalk work, provide the following information: No. 1 Project Name/Number Project Description Approximate Construction Dates: From To: Agency Name Tei J. Contact Person T� �1�, �� i� Telephone Original Contract Amount $ Final Contract Amount $p If final amount is different from original, please explain (change orders, extra work, etc.) 7- ., 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 r-1 10 No.2 Project Name/Number� Project Description Approximate Construction Dates.- From -- )d\ Agency Name ��-1 � Contact Person |a|opAone�l^.) ' Original Contract Amount $ Final Contract Amount $ '-T If final amount isdifferent from original,pleaoeexpla|nkchangoordara.extnawurk.etcj 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 ! Project Name/Number Project Description \' ` ' / Approximate Construction Dates: From -��n� ��\`� To: , ')r ­)i Agency Name Contact PersonTelephone(��� � Original Contract Amount $ Final Contract Amount$ If final amount is different from original, please explain (change orders, extra work, etc.) ` Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 4 _ n Project Name/Number Project Description Approximate Construction Dates: From To: ) `a Agency Name i �fi �,:� � . N_ -A Contact Person .', n �. +� . _ n� -_Telephone 7 Original Contract Amount $~ Final Contract Amount $, If final amount is different from original, please explain (change orders, extra work, etc.) _ j 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. 5 Project Name/Number L.. ' , `;' tZ , 4 Project Description �'� i�a� .; 'A Approximate Construction Dates: From To: �{ Agency Name Contact Person Telephone Original Contract Amount $ Final Contract Amount _ 4 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. 12 No. 6 Project Name/Number `�- , ' I .. ) -, - I- -,/ 1-i A'. Project Description -�l `T Approximate Construction Dates: From To Agency Name Contact Person Telephone Original Contract Amount $ Final Contract Amount 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. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. } + .� ' :.., , �/� ` /✓�{i'', lit Bidder Authorized Signature/Titl(' 13 GENERAL ENGINEERING CON'iRAc-rOR Re: Balboa Crossing Improvement Project City of Newport Beach Contract No. 7288-2 CONSTRUCTION MANAGEMENT TEAM MAY BE ASSIGNED FOR THE ABOVE REFERENCED PROJECT Gennady Chizhik — President Involved in Construction since 1979 Served as: Foreman, Superintendent Currently serving as: Estimator, Project Manager, and Field Engineer Oversees all aspects of GMC Engineering, Inc. J. Michael LaVoie — Estimator, Project Manager I Engineer Involved in Construction since 1990 Served as: Laborer. Field Engineer, Estimator, and Project Manager Currently serving as: Project Manager, Estimator, and Field Engineer Ernie Beas — Superintendent Involved in Construction since 1978 Served as: Laborer. Operator, Foreman, Superintendent Performed work in Grading. Concrete. AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising Art Sanchez — Superintendent Involved in Construction since 1985 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete. AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising City of Newport Beach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of 1 being first duly sworn, deposes and says that he or she is _ ,'`;� r`•a .,� of l �l� �. ���;r�;� ,....�� . the parry making the foregoing bid; that the bid iso 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 parry making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California apt tha foregoing is true and correct. �( fvr�t,� Bidder Authorized Signature/Title Subscribed and sworn to (or affirmed) before: me orythis by \ satisfactory evidence to be the person(s) who I certify under PENALTY OF PERJURY under the paragraph is true and correct. / (SEAL) � � r 14 day of 2020 _, proved to me on the basis of before me. of the State of California that the foregoing Public Commission Expires: 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 Oranqe Subscribed and sworn to (or affirmed) before me on this 20th day of October , 20 20 , by Gennady Chizhik proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. (Seal) Stgtiature %' City of Newport Beach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 DESIGNATION OF SURETIES ' Bidder's na Provide the mymas, addnasosa, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): 15 City of Newport Beach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name ' Record Last Five /5\Full Years Current Year of Record The information requirad 10. Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. irt Current Record Record Record Record Year of for for for for for Record 2019 2018 2017 2016 2015 Total 2020 No. of cont racts Total dollar Amount of Contracts (in Thousands of $) No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to another job or termination of employment The information requirad 10. Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. irt Legal Business Name of Bidder Business Address Business Tel. No.: ti State Contractor's License No. and Classification: 17 17) Title.f�;,, The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. f Signature of r � , r/ bidder Date - Title Signature of bidder r y� �'�'� r„%ice✓,�, _. Date Title ?L, - Signature of bidder -- Date Title -- Signature of bidder _ Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 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. j State of California ) County of ___ ____ Orange On October _Z%2020 before me, _ Megan Featherston, Notary Public Date Here Insert Name and Title of the Officer personally appeared Gennady Chizhik 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. Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature-_.� Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above- Capacity(l es) Claimed by Signer(s) Signer's Name: _ Corporate Officer — Title(s): Partner — Limited — General _ individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing - . _ _ Number of Pages Signer's Name: Corporate Officer — Title(s): _ Partner — --i Limited General - Individual Attorney in Fact _ Trustee _ Guardian or Conservator Other: Signer Is Representing: _ .:2016 National Notary Association - www.NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name��"1 The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Page 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEW Pp�T n cq�iFoa�'`A ADDENDUM NO. 1 BALBOA CROSSING IMPROVEMENT PROJECT PROJECT NO. 19T11 CONTRACT NO 7288-2 DATE: L� /Jr Za ZD BY: 1)7�� PWD/City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. A. BID PROPOSAL FORMS: 1. Technical Ability and Experience References - utilize revised page 10 attached. B. BID SUMMARY — LINE ITEMS: 1. Bid Item #13 — change Unit of Measure (UOM) SF to LF. 2. Bid Item #14 — change UOM tons to SF. 3. Bid Item #15 — change UOM SF to tons. 4. Bid Item #16 — change UOM each to SF. 5. Bid Item #33 — change item description of 24" Box Trees to 36" Box Trees. 6. Bid Item #38 — change 25 LF quantity to 50 LF. 7. Add Bid Item #44 — Remove Palm Tree, 1 each. C. SPECIAL PROVISIONS: 1. Page 1 of 116 — Section 2-1: Remove the reference to D-12 license. D-12 is not applicable to the project. Page 2 of 2 2. Page 7 of 116 — Night Work Alternative: Remove "All work except for work at Island Avenue and Balboa Boulevard shall be performed at night." 3. Page 17 of 116 — Item No. 33: Change every instance of 24" to 36". 4. Page 19 of 116 — Add Item No. 44: Remove Palm Tree: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing and disposing of existing trees, soil, and debris as directed per drawings, and all other work items as required to complete the work in place. 5. Page 31 of 116 — Add Section 303-1 Concrete Structures 303-1 CONCRETE STRUCTURES 303-1.2 Subgrade for Concrete Structures Add to this section: "General existing field conditions consist of a water table level of three (3) to four (4) feet below finish grade. The Contractor shall monitor and account for the tide cycle in order to utilize necessary dewatering procedures required for the installation of reinforced concrete pole foundations." D. PLANS: 1. Sheet 12 of 15 -- Add to Detail M (Controller Assembly): The controller part number is SA6-RM6-8/DX3CA/GR-K/EMP-16. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. v Bidder's Name (Please Print) �L� �I ( C Date �` Authorized Signature & Title Attachments: - Technical Ability and Experience References — revised page 10 City of Newport Beach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 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: Business Address: i'l�,y Telephone and Fax Number: California State Contractor's License No. and Class: (REQUIRED AT TIME OF AWARD) Original Date Issued: Expiration Date: '_J�i 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: 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 Corporation organized under the laws of the State of 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. f -J /� For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor co �Iiance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes i, 20 Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Bidder On satisfactory evidence to be t . e acknowledged to me that he/s by his/her/their signature(s) on t acted, executed the instrument. (Print name of Owner or President of Corpor7tiipn(Company) Authorized SignatuVe/Title Title Date me person(s) whose na Jthey executed the��q 'e instrument the ovr, / , Notary Public, personally appeared who proved to me on the basis of 6(s) is/are subscribed to the within instrument and me in his/her/their authorized capacity(ies), and that )n(s), or the entity upon behalf of which the person(s) I certify under PENALTY OF PERAJRY uer the laws of the State of California that the foregoing paragraph is true and correct. / WITNESS my hand and official seal. ' (SEAL) Notary Public in and for said State' \\ My Commission Expires: f i i 21 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 tnis certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of -.Orange On October 20, 2020 before me, Megan Featherston, Notary Public Date Here Insert Name and Title of the Officer personally appeared Gennari}' Chizllik Name(s) of Signer(s) who proved to me on the oasis of satisfactory evidence to be the person(s) whose name(s) is;are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/ her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. m WITNESS y hand and official seal. r y' Signature- . Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: - Number of Pages __-.- Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer -- Trtleisl: _ Corporate Officer — TiLle(s)_ Partner — -' Limited — Genera! Partner — _ Limited = General _ individual Attorney in Fact InclMdua! Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: _ — Other: Signer Is Representing Signer Is Representing: «2016 Nationa! Notary Association - www, National Notary.org • 1 -800 -US NOTARY 11-800-876-&827) Item 125907 City of Newport Beach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 BALBOA CROSSING IMPROVEMENT PROJECT CONTRACT NO. 7288-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 10th day of November, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GMC ENGINEERING, INC., a California corporation ("Contractor"), whose address is 1401 Warner Avenue, Suite B, Tustin, California 92780, 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: removal and reconstruction of approximately 3,345 square feet of sidewalk; removal, and reconstruction of seven (7) sidewalk ramps and creation of three (3) new curb ramps; removing and replacing concrete driveways; removing and replacing concrete cross gutter and spandrel; removing and reconstruction of a new catch basin, constructing new curb inlets, removing and replacing in full depth street asphalt within work limits; removing two and one-half inches (2.5") of existing street asphalt by grinding and replacing with Asphalt Rubber Hot Mix; removing and replacing crushed aggregate base; removing and recompacting sub grade to 95% relative density; removing and replacing all street markers, striping, and painting; removing and replacing street signage and appurtenances in the field for the completion of the Balboa Crossing Improvement Project (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. 7288-2, 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 Eight Hundred Eighty Thousand Dollars and 10/100 ($880,000.10). 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 Gennady Chizhik to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall GMC Engineering, Inc. Page 2 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: Director of Public Works 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: GMC Engineering, Inc. Page 3 Attention: Gennady Chizhik GMC Engineering, Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 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. GMC Engineering, Inc. Page 4 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and GMC Engineering, Inc. 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. GMC Engineering, Inc. 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 GMC Engineering, Inc. 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. GMC Engineering, Inc. 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] GMC Engineering, Inc. 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: // Z By: Co XC. Harp Attorney ATTEST: Date: I L �Np) pok_ BrownLeilani 1. City � _. CITY OF NEWPORT BEACH, a California municipal corporation Date: "/z 3 /a a. 2 c> By: - 4ga c� Will O'Neill Mayor CONTRACTOR: GMC Engineering, Inc., a California corporation Date: : Signed in Counterpart Gennady Chizhik President / Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements GMC Engineering, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: i ?-t� / A By: %--Aron C. H `IJ City Attorney ATTEST: Date: 93 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Will O'Neill Mayor CONTRACTOR: GMC Engineering, Inc., a California corporation By: G� Gennady Chizhik President / Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements GMC Engineering, Inc. Page 10 GMC AINEERINGINt GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B RESOLUTION AUTHORIZING EXECUTION OF ANY CONTRACT BY PRESIDENT GENNADY CHIZHIK At a Meeting of the Board of Directors of GMC Engineering Inc. (hereinafter sometimes called Corporation), a corporation organized and existing by virtue of the laws of the State of California, duly called and held on the 3`1 of January, 2020, a quorum being present, consisting of the President and Secretary of the Corporation, Gennady Chizhik, the following Resolution was adopted: BE IT RESOLVED by the Board of Directors of this Corporation that its President, Gennady Chizhik, is hereby authorized, empowered, and directed to execute on behalf of this Corporation, and in its name, any contract. BE IT FURTHER RESOLVED, that any prior acts of said officer of the Corporation, in connection with the execution of any contract on behalf of the Corporation, are hereby confirmed and ratified. I, Gennady Chizhik, hereby certify and declare that I am the regularly and duly acting President and Secretary of GMC Engineering, Inc., a Corporation; that the Resolution above set forth was duly and regularly adopted by the Board of Directors of said Corporation at a Special Meeting of said Board of Directors, held in Tustin, California, on the 3rd day of January, 2020; that the whole number of Board of Directors of said Corporation is one; that there were present at said meeting one Director; that all Directors present voted in favor of said Resolution, and that thereupon the Resolution was declared regularly adopted. Corporate Seal r Gennady Chizhik President & Secretary of GMC Engineering Inc. Notarization Attached 1401 Warner Avenue, Suite B, Tustin, California 92780 9 (714) 247-1040 • Fax (714) 247-1041 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—_.I___ Orange ) On ' !s I� 1- —0 before me, Megan Featherston, Notary Public Date Here Insert Name and Title of the Officer personally appeared Gennady Chizhik 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. 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�u�,Ce' i "I/ ` Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: i- Corporate Officer — Title(s):- Partner — ED Limited J General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing Number of Pages Signer's Name: L.- Corporate Officer Title(s): Partner — :=.i Limited General "- Individual J Attorney in Fact Trustee _i Guardian or Conservator G Other: Signer Is Representing: %i;4:(:c;[,`s:<;G:L`<.(:v-%;`c:�t—'+C.^L'L'4x:t L`G:Cit%Csee%4.`c...L't%C:(%t1t%G't„l;(.'�.`c:4Y.%G`(%G4%f1L:L`trC:t%i::Y%4'+:Gc;4`C:[:t,:L'tvG:'<:%C,YuG`G:.l:`t:<;�c 4< r.r ,_ _ , e.,;• ,,t:{,K/,�tS�4�t 02016 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 ' MEGAN FEATHERSTON A �� _ Notary Pubic - California Z z orange County Commission # 2182170 y� My Comm. Expires Feb 3, 2021 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�u�,Ce' i "I/ ` Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: i- Corporate Officer — Title(s):- Partner — ED Limited J General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing Number of Pages Signer's Name: L.- Corporate Officer Title(s): Partner — :=.i Limited General "- Individual J Attorney in Fact Trustee _i Guardian or Conservator G Other: Signer Is Representing: %i;4:(:c;[,`s:<;G:L`<.(:v-%;`c:�t—'+C.^L'L'4x:t L`G:Cit%Csee%4.`c...L't%C:(%t1t%G't„l;(.'�.`c:4Y.%G`(%G4%f1L:L`trC:t%i::Y%4'+:Gc;4`C:[:t,:L'tvG:'<:%C,YuG`G:.l:`t:<;�c 4< r.r ,_ _ , e.,;• ,,t:{,K/,�tS�4�t 02016 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 Premium: $7,954.00 CITY OF NEWPORT BEACH BOND NO. 30100341 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for: removal and reconstruction of approximately 3,345 square feet of sidewalk; removal, and reconstruction of seven (7) sidewalk ramps and creation of three (3) new curb ramps; removing and replacing concrete driveways; removing and replacing concrete cross gutter and spandrel; removing and reconstruction of a new catch basin, constructing new curb inlets, removing and replacing in full depth street asphalt within work limits; removing two and one-half inches (2.5") of existing street asphalt by grinding and replacing with Asphalt Rubber Hot Mix; removing and replacing crushed aggregate base; removing and recompacting sub grade to 95% relative density; removing and replacing all street markers, striping, and painting; removing and replacing street signage and appurtenances in the field for the completion of the Balboa Crossing Improvement Project, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company _ duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Eight Hundred Eighty Thousand Dollars and 10/100 ($880,000.10) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not GMC Engineering, Inc. Page A-1 exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the lith day of November 2020 . GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 151 N. Franklin Street - Floor 17 Chicago, IL 60606 Address of Surety 877-672-6115 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: // //6 Awo By: ZL Yz-,� -X� ar n C. rp UXhk %\I V11 Uy Attorney Authorized Signatur itle 06%Vn%V--rv<� AuthorizLd'AgeaGfe David B. Sandiford Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GMC Engineering, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the ' entity of the individual who signed the docume t which this certificate is attached, an4ot the tru, accuracy, or validity of th "nit. A State of California I aa County of Q ss. Y Onbefa& it Notary Public, personally appeared who proved to me on the basis of satisfac ence tob son(s) whose name(s) is/are subscribed to the within instrument and ac to me that they executed the same in his/her/their authorized capacity(ies), and that r/ eir sigr`ia( ( on the instrument the person(s), or the entity upon behalf of which the pe is) d, exVVe Y i strument. I certify under PENALTY OF PERJURY under the laws of the Staal' nia tha a foregoing paragraph is true and correct. WITNESS my hand and official seal. `Oyu 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) GMC Engineering, Inc. Page A-3 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On November 11th, 2020 before me, Rosemarie Geiger ereinsert name an lit e o �ofifeer personally appeared David B. Sandiford , who proved to me on the basis of satisfactory evidence to be the personH whose name(,$) isfaf-& subscribed to the within instrument and acknowledged to me that he/sl-,e" executed the same in his/heFA4ttf authorized capacity(ies), and that by his/bar,44E4 signature(s) on the instrument the person(s4, or the entity upon behalf of which the person fsY 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. R. WITNESS my hand and official seal. ;'� '�. Notary PublicGER -California r Orange County € D�� ] Commission p 2282108 Notary PLTbliC Sign #qFe (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATIONINSTRUCTIONS FOR COMPLETING THIS FORM This fornt complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT i/needed, should be completed and attached to the document. 40nowledgments from other states nary be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. (Title or description of attached document continued) • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. Number of Pages Document Date • The notary public mast print his or her name as it appears within his or her __ commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits. otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the count), clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 <(-+C;i-(.'!'f7 w;�.i;S:C�(:S.C'. ,'isa:{'�C>C>C:f4;A.:u'C?(,i:G�C'.S'.�,( 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 .2,(7 before me, Megan Featherston, Notary Public Date Here Insert Name and Title of the Officer personally appeared Gennady Chizhik _.._ ---------------- — 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. MEGAN F lic HSTGN Notary Public - CaCalifornia 1', Orange County Commission k 2182170 O M Comm. Expires Feb 3,2 021 1rr.sr` y 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-- 4.� �!" ' --- Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:..._ Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): Partner — - Limited -i General Individual -- Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing _ Number of Pages Signer's Name:. -_.._---__-- Corporate Officer — Title(s): '-:Partner — ,-.i Limited -- General Individual ': Attorney in Fact Trustee Guardian or Conservator f- Other: Signer Is Representing: 02016 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint David Sandiford, Individually of Arcadia, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November, 2018. ,r"°�SURETroy WESTERN SURETY COMPANY 5�o'P�CQ,POggr�iQ''-e_ �Wt4 tesla= = t ......... �O«J5`Ay�P 4 % aul T. Bruflat, Vice President State of South Dakota 1 )? ss County of Minnehaha On this 6th day of November, 2018, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J. MOHR NOTARY2LIC(,��F�p�,� June 23, 2021 IS SOUTH OAx°TAPUOQ J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 11th day of November 1 2020 a`P............... WESTERN SURETY COMPANY '.W.4 t^jD3 t ,z aD.`4fAV'p L. Nelson, Assistant Secretary Form F4280-7-2012 Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. N:' 34'72 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate of Authority THIS Is To CERTYFH, That, pursuant to the Insurance Code of the State of California, WESTERN SURETY COMPANY of SIOUX FALLS, SOUTH DAKOTA , organized under the laws of SOUTH DAKOTA , subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: SURETY and LIABILITY as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tins CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN Wrnam WIi-REoF, effective as of the ------- 21ST_--_ ------- day of ------- _ __, I915_, I have hereunto set my hand and caused my official sed to be affixed this--21ST--- day of----.— MARCH , 19 75 _. Fee WESLEY J. KINDER Insurance Commiulow Rec. No. Filed By C-i%G�iifl p NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Ins. Code Sec. 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Foem CO -3 mw -s 7.11 loo Do, Q — EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 30100341 CIFUVI'Ll 11560:11111 *41 me The premium charges on this Bond is $ 7,954.00 , being at the rate of $ 9.04 per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for: removal and reconstruction of approximately 3,345 square feet of sidewalk; removal, and reconstruction of seven (7) sidewalk ramps and creation of three (3) new curb ramps; removing and replacing concrete driveways; removing and replacing concrete cross gutter and spandrel; removing and reconstruction of a new catch basin, constructing new curb inlets, removing and replacing in full depth street asphalt within work limits; removing two and one-half inches (2.5") of existing street asphalt by grinding and replacing with Asphalt Rubber Hot Mix; removing and replacing crushed aggregate base; removing and recompacting sub grade to 95% relative density; removing and replacing all street markers, striping, and painting; removing and replacing street signage and appurtenances in the field for the completion of the Balboa Crossing Improvement Project, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Eight Hundred Eighty Thousand Dollars and 10/100 ($880,000.10) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. GMC Engineering, Inc. Page B-1 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 11th day of November A „?0,20 . GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 151 N. Franklin Street - Floor 17 Chicago, IL 60606 Address of Surety 877-672-6115 Telephone APPROVED AS TO FORM: CITY ATTOR EY'S OFFICE Date: A By: aFyn C. rp (t, JA %%I�Z h& Attor ey David B. Sandiford Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GMC Engineering, Inc. Page B-2 k ACKNOWLEDGMENT A nota lic or other officer completing this certificate es my the identity of the individual who signed the ent to which this certificate is attached, and not hfulness, accuracy, or validity of that docume r,4 State of California �( County of On 1 20f Notary Public, personally appeared who proved to me on the basis of satisfactory subscribed to the within instrument and ac in his/her/their authorized capacity(ies), an the person(s), or the entity upon behalf of whi efore me, hP I certify under PENALTY OF PERJURY under the I paragraph is true and correct. WITNESS my hand and official seal. Signature to be the person(s) whose name(s) is/are 44 One that he/she/they executed the same his it signatures(s) on the instrument rson ed, executed the instrument. 1 of the State o**46rnia that the foregoing �*- (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) GMC Engineering, Inc. Page B-3 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ Orange On November I Ith, 2020 before me Rosemarie Geiger Frere insert name an to e o t 13 oBicer personally appeared David B. Sandiford who proved to me on the basis of satisfactory evidence to be the person(s) whose name( -s) isfafe subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/heFA4 �f authorized capacity(�eS), and that by his/h-e4t4E4 signature(s) on the instrument the person( -s4, or the entity upon behalf of which the person (, -,Y 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.0My R. GEIGER ` Notary Public - California Orange County f Commission N 2282108 Comm. Expires Mar 21, 2023 NotaryPu�Sg, (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Thisforrrt complies with current California statutes regarding notary tvo-ding ani, DESCRIPTION OF THE ATTACHED DOCUMENT ifneeded, should be completed and attached to the document. Acknowledgments from other states nary be completedfor documents being sent to that slate so long as the wording does not require the California notary to violate Cah/ornia notary law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. (Title or description of attached document continued) • Date of notarization most be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. Number of Pages Document Date • The notary public must print his or her name as it appears within his or her __ commission followed by a comma and then your title (notary public). _ • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they, is /are ) or circling the correct forms. Failure to correctly indicate this inf'onnation may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 :cy�r.�.�.rsaerr�,ccrr,��c�.s:<�.cc.��e.Y�:�..exx�.ea.�rcr�r„sr�:�,ct;�e�ct�ess:ccscrrcc�:.�:z;c�-xxcr�:;, , ..• .- ,..r,�:<:� 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 ) Megan Featherston, Notary Public On �� _ _before me, g Y_ Date Here Insert Name and Title of the Officer personally appeared ._ Gennady Chizhik 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. MEGAN FEATHERSTON s Notaryl'ublic- California Z Ci - 1H c Orange County > commission # 2182170 My Comm. Expires Feb 3, 2021 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 Mc-( M� xr �w l Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:._ -__..._ .... _......_._ L. Corporate Officer — Title(s): Partner — ❑ Limited - General Individual - Attorney in Fact .L'Trustee Guardian or Conservator Other: Signer Is Representing _ Number of Pages Signer's Name: L Corporate Officer — Title(s): - Partner — �:] Limited - General Individual - Attorney in Fact CL Trustee -i Guardian or Conservator CC Other: Signer Is Representing: :C�4'�=lreGc�'<%<:�>C.k;X)cttG'�Z;^Cx'r:Iii%t;c:l;�*c'G+%G�>C.'t<(.K<;KXrF>e:t,^e�f:tGWF.'+�Lu:%G^c.:(.•r::c:!'{:c :c:'.�x9t%G^eft:�t%bar;4v.%t-c6^t%GY%G`c<3cLYa%c,�c:.G`<.4< 02016 National Notary Association • www. National Notary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint David Sandiford, Individually of Arcadia, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November, 2018. "`sua.... WESTERN SURETY COMPANY _N aoQ,POggj�l t H rN •l1PK aF 4WIIIxxlxl+"APaul T. Bruflat, Vice President State of South Dakota 1 Jl ss County of Minnehaha On this 6th day of November, 2018, before me personally carne Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that lie resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J. MOHR NOTARY PUBLIC June 23, 2021 0 SOUTH DAKOTA I J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 11tH day of November 2020 so"S�RETY''a Via,. dory, WESTERN SURETY COMPANY sN t4Q,POgq j� y eWt 12� 4� utNOPµ� ry'µlgmxxn+"��� L. Nelson, Assistant Secretary Form F4280-7-2012 Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. N`: 34'72 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate of Authority Txis Is To CERmwy, That, pursuant to the Insurance Code of the State of California, WESTERN SURETY COMPANY of SIOUX FALLS, SOUTH DAKOTA J. organized under the laws of SOUTH DAKOTA , subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: SURETY and LIABILITY as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tres CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WMESs WRIMWF, effective as of the ------- 21ST.._ ....... day 191.5_, I have hereunto set my hand and caused my oflicial seal to be affixed this--21ST--- day of------ MARCH _ , 19.7 5 _. Fee WESLEY J. KINDER Insurance Commw ow Ree. No. Filed By NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so wlll be a violation of Ins. Code See. 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Follw C8•3 un..w, f -n wo our (D — 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 GMC Engineering, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten GMC Engineering, Inc. Page C-2 (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be GMC Engineering, Inc. Page C-3 entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. GMC Engineering, Inc. 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. GMC Engineering, Inc. Page C-5 Reyes, Raymund From: Customer Service <customerservice@ebix.com> Sent: Monday, November 02, 2020 5:51 PM To: Reyes, Raymund; Insurance Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number 7288-2 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. 7288-2 GMC Engineering, Inc. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach. Reyes, Raymund Subject: FW: 7288-2 City of Newport Beach: Balboa Crossings - Revised Insurance Certificate for GMC Raymund Reyes I Administrative Analyst Public Works Department I City of Newport Beach 100 Civic Center Drive, Bay D, 2nd Floor Newport Beach, CA 92660 949-644-3325 1 rreyes@newportbeachca.gov From: Julie Bloom <julie. bloom@Ebix.com> Sent: Friday, November 13, 2020 8:25 AM To: Reyes, Raymund <rreyes@newportbeachca.gov> Cc: Morgan, Shelby <SMorgan@newportbeachca.gov> Subject: RE: 7288-2 City of Newport Beach: Balboa Crossings - Revised Insurance Certificate for GMC [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. Hi Raymund, The account is now compliant. Thanks J1.111c Bloom Client Service Analyst Ebix Inc 1 770 624-2700 Ext. 2510 Email julie.bloom@ebix.com I Web www.ebix.com FAST€5T GRGWING COMPOIFS EW X j _ 17, J11 2017 City of Newport Beach BALBOA CROSSING IMPROVEMENT PROJECT Contract No. 7288-2 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. 7288-2 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: Date Bidder's Telephone and Fax Numbers Bidder's License No(s). and Classification(s) DIR Registration Number Bidder r $,I L' - Bidder's Authorized Gignature and Title r \A1 , i Bidder's Address Bidder's email address: PR -1 GENERAL. ENGINEERING CONTRACTOR RESOLUTION AUTHORIZING EXECUTION OF ANY CONTRACT BY PRESIDENT GENNADY CHIZHIK At a Meeting of the Board of Directors of GMC Engineering Inc. (hereinafter sometimes called Corporation), a corporation organized and existing by virtue of the laws of the State of California, duly called and held on the 3"" of January, 2020, a quorum being present, consisting of the President and Secretary of the Corporation, Gennady Chizhik, the following Resolution was adopted: BI: IT RESOLVED by the Board of Directors of this Corporation that its President, Gennady Chizhik, is hereby authorized, empowered, and directed to execute on behalf of this Corporation, and in its name, any contract. BE I1' FURTHER RESOLVED, that any prior acts of said officer of the Corporation, in connection with the execution of any contract on behalf of the Corporation, are hereby confirmed and ratified. I, Gennady Chizhik, hereby certify and declare that I am the regularly and duly acting President and Secretary of GMC Engineering, Inc., a Corporation; that the Resolution above set forth was duh- and regularly adopted by the Board of Directors of said Corporation at a Special Meeting of said Board of Directors, held in Tustin, California, on the 3r' day of JanuarN, 2020; that the whole number of Board of Directors of said Corporation is one; that there were present at said meeting one Director; that all Directors present voted in favor of said Resolution, and that thereupon the Resolution was declared regularly adopted. Corporate Seal ,f, ' Gennady Chizhik t! President S Secretary of GMC Engineering Inc. Notarization Attached _ I Jf. 1 Oi, �_; UU CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 i A notan/ public or other officer completing this certificate verifies only the identity of the irdividual who signed the I document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of __ Orange On October 20, 2020 before me, __._.Megan Featherston, Notary Public Date Here Insert Name and Title of the Officer personally appeared _ Gennady Chizhik 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. Y Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature., V ignature..l :`;_ Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name.- Corporate ame:Corporate Officer — Title(s): Partner — Limited — General _ Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing -_ - - Number of Pages Signer's Name: Corporate Officer — Titlefs): Partner — _' Limited ._- General - Individual Attorney in Fact Trustee -. Guardian or Conservator -. Other: -_ Signer Is Representing: __.. 02016 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach Page 1 Balboa Crossing Improvement Project (7288-2), bidding on October 21 2020 10:00 AM (Pacific) Printed 1012112020 Bid Results Bidder Details Vendor Name GMC Engineering Inc. Address 1401 Warner Avenue Suite B Tustin, CA 92780 United States Respondee Gennady Chizhik Respondee Title President Phone 714-247-1040 Ext. Email gennady@gmceng.net Vendor Type License # CADIR Bid Detail Bid Format Electronic Submitted October 21, 2020 9:54:58 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 231450 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type BID SUBMITTAL C-7288-2 - GMC ENGINEERING INC BID SUBMITTAL C-7288-2 - GMC ENGINEERING INC.pdf General Attachment Bid Bond Balboa Crossings - Executed Bid Bond.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment Section 1 1 Mobilization and Demobilization LS 1 $129,964.00 $129:964.00 2 Shoring and Bracing LS 1 $1:050.00 $1;050.00 3 Traffic Control LS 1 $51,765.00 $51:765.00 4 Clearing and Grubbing SF 871 $2.00 $1.742.00 5 SWPPP LS 1 $8,000.00 $8,000.00 City of Newport Beach Page 2 Balboa Crossing Improvement Project (7288-2), bidding on October 21, 2020 10:00 AM (Pacific) Printed 1012112020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 6 Surveying Services LS 1 $5,500.00 $5,500.00 7 Finish Grading SF 871 $2.00 $1;742.00 8 Remove and Construct 4 -Inch Thick PCC Sidewalk SF 4436 $11.00 $48:796.00 9 Remove & Replace Existing Curb Ramp EA 7 $2,450.00 $17:150.00 10 Construct new PCC Curb Ramp EA 2 $2,175.00 $4;350.00 11 Remove and Replace Existing PCC Driveway Approach SF 310 $20.00 $6:200.00 12 Remove and Construct new Curb and Gutter per STD 182-L LF 1457 $30.00 $43:710.00 13 Construct New Curb Inlet per STD 305-L LF 12 $150.00 $1.800.00 14 Remove and Reconstruct Concrete Cross Gutter and Spandrel SF 808 $13.00 $10,504.00 15 2 -Inch Thick Asphalt Rubber Hot Mix (ARHM) Overlay TONS 225 $207.00 $46.575.00 16 Cold Mill Asphalt Concrete Pavement (2") SF 19287 $0.30 $5,786.10 17 Connect to Existing Storm Drain Main EA 2 $2,000.00 $4:000.00 18 Construct Catch Basin EA 2 $5,500.00 $11:000.00 19 Adjust Sewer Manhole Frame and Cover to Grade: Replace Ring and Cover to Grade EA 1 $2,075.00 $2.075.00 20 Adjust Storm Drain Manhole Frame and Cover to Grade, Replace Ring and Cover to Grade EA 4 $2,075.00 $8.300.00 21 Remove Drainage Structures LS 1 $8,550.00 $8.550.00 City of Newport Beach Balboa Crossing Improvement Project (7288-2), bidding on October 21, 2020 10:00 AM (Pacific Bid Results Type Item Code UOM Qty 22 Adjust Existing Utility Meter Box to Grade EA 3 23 Adjust Water Valve Cover to Grade EA 6 24 Install PCC Concrete SF 793 25 Construct Class II Aggregate Base CY 26 Asphalt Concrete TONS 27 Roadway Excavation CY 28 Type I Slurry Seal TONS 29 Install 12" RCP -Drain Pipe LF 30 Soil Preparation SF 31 Irrigation System & Equipment LS 32 Palm Tree Relocation EA 33 36" Box Trees EA 34 Five Gallon Shrubs EA 35 One Gallon Shrubs EA 36 Shredded Hardwood Bark Mulch (3" Layer) CY 37 90 Day Maintenance LS 92 119 211 3 30 871 3 N 40 51 8 Unit Price $585.00 $975.00 $10.00 $85.50 $247.00 $185.00 $2,170.00 $250.00 $1.00 $36,100.00 $2,500.00 $1,005.00 $20.00 $9.00 $68.00 $1,200.00 Page 3 Printed 1012112020 Line Total Comment $1.755.00 $5;850.00 $7;930.00 $7;866.00 $29;393.00 $39.035.00 $6:510.00 $7.500.00 $871 00 $36;100.00 $7,500.00 $2010.00 $800.00 $459.00 $544.00 $1:200.00 City of Newport Beach Page 4 Balboa Crossing Improvement Project (7288-2), bidding on October 21, 2020 10:00 AM (Pacific) Printed 10/21/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 38 Tree Root Barrier LF 50 $7.00 $350.00 39 Traffic Striping, Signage; and Markers LS 1 $18,768.00 $18:768.00 40 Newport Boulevard (NB/SB) at 28th Street Traffic Signal Modification LS 1 $258,660.00 $258,660.00 41 Balboa Boulevard & 28th Street Flashing Crosswalk System Relocation & Street Light Installation LS 1 $9,040.00 $9:040.00 42 Newport Boulevard (SB) at 26th St. Street Light Installation LS 1 $12,300.00 $12:300.00 43 Provide As -Built Plans (and DBE Certification if applicable) LS 1 $5,000.00 $5;000.00 44 Remove Palm Tree EA 1 $2,000.00 $2;000.00 Subtotal $880,000.10 Total $880,000.10 Subcontractors Name 8r Address Description License Num CADIR Amount Type Starlight Surveying, Inc. Survey 5848 1000014874 $5;500.00 17955 Sky Park Circle Suite F Irvine, CA 92614 United States Black Rock Construction Portion of PCC Flatwork 943308 1000005460 $70,000.00 929 Mariner Street Brea, CA 92821 United States Doug Martin Contracting Slurry Seal 470131 1000006526 $61510.00 Company, Inc. 220 E. Foundation Ave. La Habra, CA 90931 United States Superior Pavement Markings Signing/Striping 776306 1000001476 $18,768.00 5312 Cypress Street Cypress, CA 90630 United States KDC Inc., dba Dynalectric Electrical 550173 1000001129 $280,000.00 4462 Corporate Center Dr Los Alamitos, CA 90720 United States Buena Vista Landscape, Inc. Landscape & portion of 674472 1000364206 $44,100.00 1472 N. Harding St irrigation Orange; CA 92867 United States PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BALBOA CROSSING IMPROVEMENT PROJECT CONTRACT NO. 7288-2 PART 1 - GENERAL PROVISIONS 1 SECTION 1- TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 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 3-3.2.2.3 Tool and Equipment Rental 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor 3-3.2.3.1 Work by a Subcontractor SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General 4-1.3.4 Inspection and Testing SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 5-7 ADJUSTMENTS TO GRADE 1 1 2 2 2 2 2 2 3 3 3 3 3 3 3 3 4 4 4 4 4 4 4 4 5 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6-1.1 Construction Schedule 6 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7 6-9 LIQUIDATED DAMAGES 8 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 8 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 8 7-1.2 Temporary Utility Services 8 7-2 LABOR 8 7-2.2 Prevailing Wages 8 7-7 COOPERATION AND COLLATERAL WORK 9 7-8 WORK SITE MAINTENANCE 9 7-8.4 Storage of Equipment and Materials 9 7-8.4.2 Storage in Public Streets 9 7-8.4.3 Storage of Equipment and Materials in Public Streets 9 7-8.6 Water Pollution Control 10 7-8.6.2 Best Management Practices (BMPs) 10 7-10 SAFETY 10 7-10.3 Haul Routes 10 7-10.4 Safety 10 7-10.4.1 Safety Orders 10 7-10.5 Security and Protective Devices 11 7-10.5.3 Steel Plate Covers 11 SECTION 9 - MEASUREMENT AND PAYMENT 12 9-2 LUMP SUM WORK 12 9-3 PAYMENT 12 9-3.1 General 12 PART 2 CONSTRUCTION MATERIALS 20 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 20 201-1 PORTLAND CEMENT CONCRETE 20 201-1.1.2 Concrete Specified by Class 20 201-2 REINFORCEMENT FOR CONCRETE 20 201-2.2.1 Reinforcing Steel 20 201-7 NON -MASONRY GROUT 20 201-7.2 Quick Setting Grout 20 SECTION 203 — BITUMINOUS MATERIALS 20 203-5 EMULSION -AGGREGATE SLURRY 20 203-5.2 Materials 20 203-5.3 Composition and Grading 21 203-6 ASPHALT CONCRETE 21 203-6.4 Asphalt Concrete Mixtures 21 203-6-4.3 Composition of Grading 21 203-11 ASPHALT RUBBER HOT MIX (ARHM) 21 203-11.3 Composition and Grading 21 SECTION 207 - PIPE 21 207-2 REINFORCED CONCRETE PIPE (RCP) 21 207-2.1 General 21 207-2.5 Joints 21 207-17 PVC Plastic Pipe 22 SECTION 214 - TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 25 214-4 PAINT FOR STRIPING AND MARKINGS 25 214-4.1 General 25 214-6 PAVEMENT MARKERS 25 214-6.3 Non -Reflective Pavement Markers 25 214-6.3.1 General 25 214-6.4 Retroreflective Pavement Markers 25 214-6.4.1 General 25 PART 3 CONSTRUCTION METHODS 26 SECTION 300 - EARTHWORK 26 300-1 CLEARING AND GRUBBING 26 300-1.3 Removal and Disposal of Materials 28 300-1.3.1 General 28 300-1.3.2 Requirements 28 300-1.5 Solid Waste Diversion 28 SECTION 302 - ROADWAY SURFACING 29 302-1 COLD MILLING OF EXISTING PAVEMENT 29 302-4 SLURRY SEAL SURFACING 30 302-4.1 General 30 302-4.8 Spreading and Application 30 302-4.9 Field Sampling and Testing 30 302-5 ASPHALT CONCRETE PAVEMENT 30 302-5.1 General 30 302-5.8 Manholes (and Other Structures) 30 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 31 302-6.7 Traffic and Use Provisions 31 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 31 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 31 303-5.1 Requirements 31 303-5.1.1 General 31 303-5.4.1 General 31 303-5.5 Finishing 31 303-5.5.2 Curb 31 303-5.5.4 Gutter 32 SECTION 307 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 32 307-17 TRAFFIC SIGNAL CONSTRUCTION 32 307-17.7.3 Inductive Loop Detectors 32 SECTION 310 — PAINTING 32 310-1 GENERAL. 32 SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 32 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 32 314-2.1 General 32 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 33 314-4.1 General 33 314-4.2 Control of Alignment and Layout 33 314-4.2.1 General 33 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 33 314-4.4.1 General 33 314-4.4.2 Surface Preparation 34 314-5 PAVEMENT MARKERS 34 314-5.1 General 34 SECTION 315 - TRAFFIC SIGN INSTALLATION 34 PART 6 — TEMPORARY TRAFFIC CONTROL 35 SECTION 600 - ACCESS 35 600-1 GENERAL 35 600-2 VEHICULAR ACCESS 35 600-3 PEDESTRIAN ACCESS 36 SECTION 601— WORK AREA TRAFFIC CONTROL 36 601-1 GENERAL 36 601-2 TRAFFIC CONTROL PLAN (TCP) 36 PART 7 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 38 SECTION 700 — MATERIALS 38 700-3 COMMON COMPONENTS 38 700-3.1 General. 38 700-3.3 Standards. 38 700-3.7 Pull Boxes 40 700-4 STREET LIGHTING SYSTEM MATERIALS. 41 700-4.9 LED Luminaires 43 700-5 TRAFFIC SIGNAL MATERIALS 44 700-5.3 Conductors and Cable. 44 700-5.3.3 Interconnect Cable. 44 700-5.3.4 Fiber Optic Cable. 45 700-5.4 Controllers. 52 700-5.4.3 Cabinets. 52 700-5.5 Traffic Signal Faces and Fittings. 58 700-5.6 Pedestrian Signal Sections. 59 700-5.7 Pedestrian Push Button Assemblies. 59 700-5.8 Detectors. 59 700-5.9 Video Detection System. 60 700-6 FIBER OPTIC EQUIPMENT 60 700-6.1 Fiber Patch Panel/Wall Interconnect Unit. 60 700-6.2 Fiber Distribution Unit (FDU). 60 700-6.3 Splice Closure. 61 700-6.4 Ethernet System. 63 700-7 CCN SYSTEM 64 700-8 OPTICOM PRIORITY CONTROL SYSTEM 66 700-9 BATTERY BACKUP SYSTEM 66 700-10 LED INTERNALLY ILLUMINATED STREET NAME SIGNS. 67 SECTION 701— CONSTRUCTION 67 701-1 GENERAL 67 701-8 FOUNDATIONS, FOUNDATION CAPS AND SLABS 71 701-8.2 Foundations. 71 701-11 PULL BOXES 71 701-12 CONDUIT 72 701-14 SERVICES 74 701-17 TRAFFIC SIGNAL CONSTRUCTION 75 701-17.4 Wiring, Conductors and Cable. 75 701-17.4.4 Interconnect. 75 701-17.4.5 Fiber Optic Cable. 75 701-17.6 Detectors. 85 701-17.6.3 Inductive Loop Detectors 85 701-17.7 Video Detection. 85 PART 8 —LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPE MATERIALS 800-2 Irrigation System Materials 800-3 ELECTRICAL MATERIALS SECTION 801 - INSTALLATION 801-1 GENERAL 801-2 EARTHWORK AND TOPSOIL PLACEMENT 801-4 PLANTING 801-5 IRRIGATION SYSTEM INSTALLATION 801-6 MAINTENANCE AND PLANT ESTABLISHMENT 801-7 GUARANTEE 801-8 PAYMENT APPENDIX A APPENDIX 8 [V] 86 86 86 88 90 91 91 91 94 96 98 103 105 106 111 SHE JIPUBLIC �II,i 'j186r CITY OF NEWPORT BEACH o WORKS DEPARTMENT SPEUAL PROV00HS MASTER FORMAL CONTRACT CONTRACT NO. 7288-2 INTRODUCTION All wort: necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. R -7006-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements; (5) Standard Specifications and the Standard Plans of the State of California Department of Transportation (2015 Edition); and (6) Standard Specifications and the Standard Plans of the State of California Department of Transportation (2010 Edition — For traffic signal standards/poles. foundations, anchor bolts, and ancillary items only). Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works 7 News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART I - GENERAL PRO DONS SECTION 1 -_TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class A License and "C-27" (landscaping contractor) license or licensed sub- contractors with D-12 and/or C-27. At the start of work and until completion of work, the Page 1 of 116 Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of removal and reconstruction of approximately 3,345 square feet of sidewalk; removal and reconstruction of 7 sidewalk ramps and creating 3 new curb ramps; removing and replacing concrete driveways; removing and replacing concrete cross gutter and spandrel, removing and reconstruction new catch basin, constructing new curb inlets, removing and replacing in full depth street asphalt within work limits, removing 2.5" of existing street asphalt by grinding and replacing with Asphalt Rubber Hot Mix; removing and replacing crushed aggregate base; removing and recompacting sub grade to 95% relative density; removing and replacing all street markers, striping, and painting; removing and replacing street signage and appurtenances in the field for the completion of the Balboa Boulevard Avenue Street Rehabilitation Project." 2-9 SURVEYING 2-9.1 Permanent Survey Markers The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor shall: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.2 Survey Service Page 2of116 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 Civiltec Engineering, Inc. and can be contacted at (626) 357-0588. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48 - hours in advance of any work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. 3-3.2.3.1 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 and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost 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 3 of 116 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. 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified Page 4 of 116 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 Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. Page 5 of 116 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the `Notice to Proceed. 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 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 90 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work. Unless otherwise approved by the Engineer, construction shall start on January 11, 2021. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 3:30 pm. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working Page 6 of 116 outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. (Night Work Alternative) For those locations where night work would facilitate the construction and minimize the disruption to the community, the following requirements shall apply: All work except for work at Island Avenue and Balboa Boulevard shall be performed at night. A. Night work hours shall be considered to be from 9 p.m. to 5 a.m. Sunday through Thursday. No work is allowed Friday or Saturday nights. B. The Engineer must approve all requests for night work. C. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. The following days are designated City holidays and are non -working days: 1. January 1St (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. Page 7 of 116 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. If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-9 LIQUIDATED DAMAGES Revise sentence three to read: "For each consecutive working day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Add to the end of this section: If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water 7-2 LABOR 7-2.2 Prevailing Wages Page 8 of 116 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 Add to this section: City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011." 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.4.3 Storage of Equipment and Materials in Public Streets Delete the first paragraph and add the following: Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction Page 9 of 116 condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control Add to this section, Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs) Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Safety Orders The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Page 10 of 116 Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. Page 11 of 116 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 The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1: Mobilization and Demobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the BMP Plan and construction schedule, and all other related work as required by the Contract Documents. It 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 Shoring and Bracing: 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, controlling ground and surface water, grading and compacting subgrade, or equivalent method for the protection of life and limb in trenches and open excavations in conformance with applicable safety orders restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 3: Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, preparing traffic control plans, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K -rails, temporary striping, and flag persons. This item includes providing four (4) CMS and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Page 12 of 116 Item No. 4: Clearing and Grubbing: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials to remove and dispose of existing grass, soil and debris in order to accommodate new concrete surface per Contract documents; and all other work items as required to complete the work in place. Item No. 5: SWPPP: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for retaining a QSD and QSP to develop, amend and implement the SWPPP. Item No. 6: 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. 7: Finish Grading: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials to bring all areas to be landscaped up to a level of grading that is suitable for planting, and providing positive drainage after all exercises of clearing and grubbing have been completed; and all other work items as required to complete the work in place. Item No. 8: Remove and Construct 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing sidewalk, grading and compacting subgrade, constructing concrete sidewalk, installing expansion joint material, constructing weakened plane joints, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 9: Remove and Replace Existing Curb 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, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 10: Construct new P.C.C. Curb Ramp: Work under this item shall include constructing new P.C.C. access ramps, disposing of the existing sidewalk, subgrade compaction, and constructing new ADA compliant P.C.C. access ramps 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 and Replace Existing P.C.0 Driveway Approach: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing driveway approach, grading and compacting Page 13 of 116 subgrade, placing and compacting crushed miscellaneous base, constructing concrete driveway approach, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 12: Remove and Construct New Curb and Gutter per STD 182-L: 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 or curb and gutter, grading and compacting subgrade, constructing concrete curb, constructing asphalt concrete slot paving adjacent to curb, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Gutter width shall be per the plans. Item No. 13: Construct New Curb inlet per STD 305-L: Work under this item shall include reconstruction of the existing storm drain inlet. Improvement includes the removal of the existing storm drain top, casting of the concrete inlet, placement of the manhole frame and cover and all other work items as required to complete the work in place. Item No. 14: Remove and Reconstruct Concrete Cross Gutter and Spandrel: Work under this item shall include but not be limited to, all labor, tools, equipment and material costs for removing and disposing of the cross gutter and spandrels subgrade compaction, placing crushed miscellaneous base, base compaction, installing smooth galvanized steel bars constructing 8 -inch thick P.C.0 cross gutter, adjusting City Utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade, and all other work items required to complete the work in place. Item No. 15: 2 -Inch Thick Asphalt Rubber Hot Mix (ARHM) Overlay: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying a tack coat, spreading and compacting the asphalt concrete finish course and all other work items as required to complete the work in place. Item No. 16: Cold Mill existing pavement: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cold milling the asphalt concrete pavement, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place. Item No. 17: Connect to Existing Storm Drain: 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, controlling ground and surface water, grading and compacting subgrade, connecting to existing 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. 18: Construct Catch Basin: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing conflicting Page 14 of 116 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, 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 existing 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. 19: Adjust Sewer Manhole Frame and Cover to Grade Replace Ring 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. 20: Adjust Storm Drain Manhole Frame and Cover to Grade, Replace Ring 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. 21: Remove Drainage Structures: Work under this item shall include all labor, tools, equipment, materials and incidentals required to complete the work in place. Item No. 22: Adjust Existing Utility Meter Box to Grade: Work under this item and shall include all labor, tools, equipment, materials and incidentals required to complete the work in place Item No. 23: Adjust Water Valve 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. 24: Install P.C.C. Concrete: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compacting subgrade, constructing concrete sidewalk, installing expansion joint material, constructing weakened plane joints, restoring all existing improvements damaged by the work, constructing of various thickness of P.C.C. sidewalk to City of Newport Beach Requirements, and all other work items as required to complete the work in place. Page 15 of 116 Item No. 25: Construct Class II Base: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all surface and subgrade preparation, removing, hauling and disposing conflicting existing material, grading and compacting the subgrade, and placing and compacting the Class II base and incidentals required to complete the work in place. Item No. 26: Asphalt Concrete: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying a tack coat, spreading and compacting the asphalt concrete base course and all other work items as required to complete the work in place. Item No. 27: Roadway Excavation: Work under this item shall include all removals and disposal of excavated materials, sawcutting, materials, labor, tools, equipment and incidentals required to complete the work. This item will include the work to removal all necessary existing materials in place to prepare for the asphalt concrete section. Item No. 28: Type I Slurry Seal: Work under this item shall include full compensation for all labor, materials, tools, equipment, and incidentals for, but not limited to preparing the roadway surface, removing existing traffic striping and pavement markings, protecting raised pavement markers, providing slurry test report only when initial test results do not meet specifications, placing Type I slurry seal, providing follow up street sweeping to clean up raveling sand and all other work items as required to complete the work in place. Item No. 29: Install 12 -inch RCP Drain Pipe: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for by- passing existing storm drain; controlling surface water and groundwater fluctuations; trenching and shoring; exposing, excavating, removing, and disposing of the existing 12 -inch CMP storm drain line and excavated materials; protecting existing utilities; and all other work items as required for performing the work complete and in place. The Contractor should be aware that working in the storm drain system may be affected by surface, tidal and storm drain water. Item No. 30: Soil Preparation: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for conducting agronomy test, amending existing soil per the test results by rototilling to a minimum depth of 6 inches in areas where work is possible without disturbing existing tree roots, fine grading after installation of plant material, and prepare a smooth and properly drained landscape surface; and all other work items as required to complete the work in place. Item No. 31: Irrigation System & Equipment: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for demolishing unneeded irrigation system and furnishing new irrigation related to new planters and landscape areas, connecting to existing irrigation system; and all other work items as required to complete the work in place. The irrigation system includes the following equipment items, but not be limited to only the items listed, should other components of the system be necessary: Page 16 of 116 a. Backflow Preventer Assembly (1 ") b. Central Irrigation Controller and related Control Wires c. Bubbler Spray Irrigation d. Remote Control Valves with Boxes e. Drip Remote Control Valve Kits with Boxes f. Dripline, Headers, Footers, and Flush Valves g. Ball Valve with Box h. Master Valve with Box i. Flow Sensor with Box j. Quick Coupler with Box k. Irrigation Mainline (1%" PVC Sch. 80) I. Irrigation Sleeves (3" & 2" PVC Sch. 40) m. Irrigation Laterals (1" & %" PVC Sch. 40) Item No. 32: Palm Tree Relocation: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials to relocate the existing palm trees, soil amendments; and all other work items as required to complete the work in place. Item No. 33: 24" Box Trees: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for furnishing and installing new 24" box trees as specified on the plans, transportation, delivery, storage, placement, sol amendments, providing plant photographs, and all other work items as required to complete the work in place. Item No. 34: Five Gallon Shrubs: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for furnishing and installing new five gallon shrubs and groundcover as specified on the plans, including soil amendments, backfill, fertilizers, plant photographs; and all other work items as required to complete the work in place. Item No. 35: One Gallon Shrubs: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for furnishing and installing new one gallon shrubs and groundcover as specified on the plans, including soil amendments, backfill, fertilizers, plant photographs; and all other work items as required to complete the work in place. Item No. 36: Shredded Hardwood Bark Mulch (3" Laver): Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for furnishing and installing a new 3 -inch thick layer of mulch as specified on the plans, transportation, delivery, storage, placement; and all other work items as required to complete the work in place. Item No. 37: 90 -Day Maintenance: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for manpower, fertilizers, irrigation system inspection and operation, plant material care and replacement if necessary, supervision and all other items necessary to establish and maintain the landscaping for the entire duration of the 90 -Day Maintenance Phase. Page 17 of 116 Item No. 38: Tree Root Barrier: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for furnishing and installing new 24" deep root barriers at the edge of all landscape areas with trees (including palms) within 5' of hardscape; and all other work items as required to complete the work in place. All utilities or other improvements damaged by the work, including to, street light conduits and wires, and private irrigation lines, shall be immediately repaired at the Contractor's expense and no additional compensation shall be made. Item No. 39 Traffic Striping, Signage, and Markers: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing pavement striping and markers, removing or relocating street signs and posts, installing temporary and permanent pavement striping, markings and markers, installing street signs and posts, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 40 Newport Boulevard (NB/SB) at 28th Street Traffic Signal Modification: Work under this item shall include, but not be limited to, the cost of all labor, tools, equipment and materials, including potholing and exploratory work, required to modify the traffic signal at the Newport Boulevard (NB/SB) and 28th Street intersection: installation of all traffic signal poles, mast arms and pedestrian push button (PPB) post, furnishing and installing: signal controller and cabinet, battery back-up system and cabinet, video detection system, detector loops, CCTV system, pull boxes, conduits, wiring, signs, temporary signal operation, and all other work items as required to complete the work in place. This item excludes: potholing of traffic signal mast arm pole foundation locations, all traffic signal poles, mast arms, and PPB post. City to furnish all traffic signal poles, mast arms and PPB post (however, the contractor shall install the poles and provide all necessary hardware for the complete installation, such as foundations, cages, bolts, nuts, washers, etc.) NOTE for Temporary Signal Operation: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 41 Balboa Boulevard & 28th Street Flashinq Crosswalk System Relocation & Street Light Installation: Work under this item shall include, but not be limited to, the cost of all labor, tools, equipment and materials, including potholing and exploratory work, required to furnish and install street light pole, luminaire, relocation of flashing crosswalk system, pull boxes, conduits, wiring, signs, and all other work items as required to complete the work in place. City to furnish Type 15TS pole and accompanying mast arm (however, the contractor shall install the pole and provide all necessary hardware for the complete installation, such as foundations, cages, bolts, nuts, washers, etc.). Item No. 42 Newport Boulevard (SB) at 26th St. Street Light Installation: Work under this item shall include, but not be limited to, the cost of all labor, tools, equipment Page 18 of 116 and materials, including potholing and exploratory work, required to furnish and install street light pole, luminaire, pull boxes, conduits, wiring, signs, and all other work items as required to complete the work in place. Item No. 43: Provide As -Built Plans (and DBE Certification if applicable)- Work under this item shall include 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 $5,000.00 is determined for this bid item. The intent of this bid item is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: "From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid." Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." Page 19 of 116 PART 2 CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class Portland Cement concrete for construction shall be Class 560-C-3250. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout. SECTION 203 — BITUMINOUS MATERIALS 203-5 EMULSION -AGGREGATE SLURRY 203-5.2 Materials Replace a) with the following: "Emulsified Asphalt shall be of a quick set type. It shall be cationic unless otherwise specified and shall conform to the requirements of CQS-1 h of 203-1.3 (Test Reports and Certification), 203-3.2, and to the following specifications when tested according to appropriate ASTM Methods: �11M7171 li i. Furol Viscosity at 77 degrees F sec. 15 Sieve Test Residue from distillation. % 60 Penetration of Residue at 77 degrees F 40 Particle Charge Test Replace 2) with the following: " Ann1TI\/F.q- Page 20 of 116 Maximi im 50 0.10 80 75 Positive Latex - Latex shall be Ultrapave 65K produced by the Textile Rubber and Cement Company, Inc., or equal approved by the Engineer in advance of ordering the latex additive. It shall be added to the emulsified asphalt by the co -mill method at the emulsion plant at the rate of 2%2 percent of weight of the emulsified asphalt. Latex - added emulsified asphalt shall be kept in a suspended state by an agitating mixer and mixed every three days. Materials testing shall be performed as directed by the Engineer." Replace in Table 203-5.2 (B): Sand Equivalent shall range from a value of 55 to a value of 45." 203-5.3 Composition and Grading Add this Section: "Replace Residual Asphalt percentage of Dry Aggregate Weight for Type II aggregate from a value of 7.5 minimum to 8.5 minimum." 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures 203-6-4.3 Composition of Grading Asphalt Concrete for the finish course shall be C2 64-10 and B 64-10 for the base course. 203-11 ASPHALT RUBBER HOT MIX (ARHM) 203-11.3 Composition and Grading Asphalt rubber hot mix finish course shall be ARHM-GG-C. SECTION 207 - PIPE 207-2 REINFORCED CONCRETE PIPE (RCP) 207-2.1 General These specifications apply to reinforced concrete pipe intended to be used for the construction of storm drains, sewers, and related structures. 207-2.5 Joints All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar Mac "Mac Wrap" or approved equal. Mar Mac Manufacturing Company may be contacted at (800) 845-6962." Page 21 of 116 207-17 PVC Plastic Pipe 207.17.1 General [Add the Following:] A. PVC PLASTIC PIPE A.1 PVC plastic pipe (SCH 40) shall conform to the requirements of Section 207-17 of the Standard Specifications. Pipe class to be referenced in table 207- 17.1(A). PVC plastic pipe shall be constructed to the lines and grads shown on the plans for designated sizes and shall comply with the construction methods set forth in Section 306-12.13 of the Standard Specifications. A.2 PVC plastic pipe shall be measured and paid for at the contract unit bid price per linear foot for each designated size in accordance with Sections 306- 1.2.13 of the Standard Specifications and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in reinforced PVC plastic pipe, complete in place, as shown on the plans, and as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. C. PRIVATE PVC WATERLINES (1/2" to 3") C1. Methods and Materials: Installation of PVC SCH40 waterline shall conform to SSPWC subsection 207-17.1 and 306-1.2.13. PVC pipe shall be constructed to the lines and grades shown on the plans for designated sizes. C.2 Testing shall conform to SSPWC Sections 306-1.2.12 (Mandrel) and 306- 1.4.4 (Air Pressure). Should any section of pipeline fail to pass these tests, the pipe shall be removed and repaired or replaced, and re -tested, until it satisfactorily passes the test. C.3 Measurement and Payment: Payment for PVC water pipe will be in accordance with subsection 306-1.6 of the SSPWC and additionally shall include fittings, permanent and temporary resurfacing. Measurement and payment for construction PVC water pipe will be made at the contract unit price per linear foot stated in the bid. The contract price shall include full compensation for furnishing all materials, labor, tools, equipment, transportation, and other incidentals necessary to satisfactorily complete the work as specified herein and shown on the plans. D. TRENCHES FOR PRIVATE WATER Page 22 of 116 D.1 This section covers trenching for water and sewer pipes and trenching for any other utility (i.e. drainage pipe) not covered by another Section of the specifications. Contractor shall locate all known utilities prior to trenching for new pipelines. The Contractor at the Contractor's expense shall repair any damage to existing or new electrical, telephone or communication, gas, sewer, water, and storm drain, and irrigation facilities. Measurement and payment for trenching will be considered included in the price stated in the bid for the respective utility that requires trenching and no separate payment will be made thereof. D.2 Trench Safety: Before beginning excavation for a trench five feet or more in depth, the Contractor shall submit to and shall receive the acceptance (approval) of the Engineer of a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground. Such plan shall be submitted at least five days before the Contractor intends to begin work on the trench. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. Nothing herein shall be deemed to allow the use of shoring, sloping, or protective system less effective than that required by the Constriction Safety Orders of the Division of Industrial Safety. No excavation shall start until the Engineer has accepted the Contractor's shoring plans and Contractor has obtained a permit from State Division of Industrial Safety and given a copy of the permit to engineer. The Contractor shall provide and install adequate sheeting, shoring, and bracing, or equivalent method for the protection of life or limb, which shall conform to the applicable safety orders, when applicable. Nothing in these specifications shall be construed as imposing tort liability on the City or any of its employees. D.3 Measurement and payment for all work required by the contractor in connection with making trenches and excavation safe for workmen, inspectors, and the public shall be considered to be included in the bid item of work for which the trench was required. E TRENCH BACKFILL E.1 Imported Trench Backfill Imported trench backfill shall be required when native trench material has a moisture content greater than 4% above the optimum moisture content as measured in accordance with ASTM 1557, or does not meet the gradation requirements for imported trench backfill given below. Imported trench backfill shall include material one foot above the pipe up to the existing pavement structural section. Page 23 of 116 All imported trench backfill material shall be a quarry waste or similar material with 100% passing a 3" screen, no more than 15% passing a #200 sieve and a sand equivalent of 20 minimum using California Test Method No. 217. E.2 Measurement and payment for imported trench backfill shall be considered to be included in the bid item of work for which backfilling of trenches was required, and shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals for imported trench backfill in accordance with the Contract Document. No adjustment price will be made for any increase or decrease in the quantity of imported backfill used, regardless of the reason for such increase or decrease. F SANITARY SEPARATION F.1 Sanitary separation shall be maintained as required in the City and/or State Standard details. The Engineer shall be notified immediately upon discovery of conflicting sewer laterals. A field determination will then be made by the Engineer as to which method of sanitary separation shall be used. F.2 Measurement and payment for Sanitary Separation shall be considered to be included in the bid item of work for which sanitary separation was required. The above contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals for constructing sanitary separation in accordance with the Contract Document. No adjustment of unit price will be made for any increase or decrease in the quantity of sanitary Separation regardless of the reason for such increase or decrease. Page 24 of 116 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 81-3 Pavement Markers of the Caltrans 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. Page 25 of 116 PART 3 CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING SECTION 300.1 Clearing and Grubbing. [Add the following prior to the first paragraph]: 300-1.1 GENERAL: 1. All site grading, earthwork preparation, pre -saturation, compaction, etc. shall be as outlined in these specifications and the plan documents. 2. All clearing and grubbing, grading and earthwork shall be performed per plans, and technical specifications. 3. Any and all earthwork/demolition within 5' of dripline of existing trees shall be conducted with the oversight/supervision of the City Arborist to verify no damage shall be imparted to existing trees. 4. Perform grading within contract limits, grading around trees, including adjacent transition areas to new elevations, levels, profiles, and contours indicated. 5. Any existing tree roots encountered which are 2" or greater in dimension shall be hand dug/excavated. Cutting of any roots 2" or larger in dimension will be performed under the supervision and approval of the City Arborist. No ripping of existing roots 2" or larger in dimension shall be permitted. 6. Removal of existing trees as noted on demolition plan shall include stump grinding of existing roots to a depth of 24". Contractor shall provide City approved backfill of stump ground holes. Resultant grade shall be compacted to 85% unless otherwise noted on plans or Geotech Report. Finish grade shall be smoothly feathered and transitioned to adjacent grade. Site Grading 1. Perform grading within contract limits, including adjacent transition areas to new elevations, levels, profiles, and contours indicated. Check subgrade surfaces parallel to finished surface grades. Provide uniform levels and slopes between new elevations and existing grades. 2. Grade surfaces to assure areas drain away from structures and to prevent ponding and pockets of surface drainage. Check subgrade surfaces. Subgrade shall be free from irregular surface changes and as follows: a. The subgrade at any point shall not vary more than 0.10 foot above or below the grade established by the Improvement Plans if the structural section indicates placing surfacing on native material. Page 26 of 116 b. The subgrade at any point shall not vary more than 0.10 feet above the grade established by the Improvement Plans if the structural section indicates placing an aggregate base or sub -base material on native materials. C. Fine Grading: Fine grades shall be set to the grades/elevations established by the improvement plans. d. Paved Areas: Shape surface of fine grade areas to line, grade, and cross- section indicated. Check compacted subgrade. Subgrade shall be suitable to receive paving base materials, per Standard Specifications. Subgrade tolerance plus 0, minus 1/2". e. Granular Base: Check subgrade surface. Subgrade surface shall be smooth and even, free of voids, to the required subgrade elevation. Compacted subgrade shall be suitable to receive granular base materials per Standard Specifications. Tolerance 1/2" in 10'. 3. Uniformly distribute and spread soil. Provide additional imported topsoil to complete the work. Use loose, dry weed -free topsoil. Do not use muddy topsoil. Place during dry weather. 4. Fine grade topsoil eliminating rough and low areas to ensure positive drainage. Maintain levels, profiles, and contours of fine grades. 5. Remove stones, roots, weeds, and debris while spreading topsoil materials. Rake surface clean of stones 1" or larger in any dimension and all debris. Provide surfaces suitable for soil preparation provided under lawn and planting work. Contractor shall be responsible for 'rock picking' and removal of all rocks, stones, and boulders one (1) inch in diameter and greater in all areas not requiring concrete paving. Removal of rocks from site shall be in compliance with state and local codes. 6. Perform grading within contract limits, including adjacent transition areas to new elevations, levels, profiles, and contours indicated. Grading and earthwork for the new construction shall include excavation of the existing grade as necessary to "key" into existing grade the proposed surface. Spoils from such operations shall be relocated and stockpiled by the contractor. Provide subgrade surfaces parallel to finished surface grades. Provide uniform levels and slopes between new elevations and existing grades. 300-1.2 Preservation of Property [Add the following]: Consult the records and drawings of adjacent work and of existing services and utilities which may affect site work operations. 300-1.3 Removal and Disposal of Materials Page 27 of 116 Add to this Section: Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?paqe=157 and then selecting the link Franchised Haulers List. 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.qov/index.aspx?paqe=157 and then selecting the link Franchised Haulers List." 300-1.3.1 General Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items." 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1-'/2 inch" of the last sentence with the words "two (2) inches". 300-1.5 Solid Waste Diversion Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said Page 28 of 116 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." Miscellaneous: In addition to the work outlined in Subsection 300-1 of the Standard Specifications, the following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item. 1. Maintain dust control at all times by watering; including developing water supply and furnishing and placing all water required for work done in the contract, including water used for extra work. 2. Provide for traffic control and all signs, barricades, striping and flashers necessary to maintain proper control, per approved Traffic Control Plans (as provided by contractor) 3. Protection and maintenance of utilities, trees, walls, and other facilities within the construction zone, except those specifically directed by the City Representative to be removed or relocated. 4. Other items of work as directed in these Special Provisions. 5. Remove asphalt concrete paving and base material. 6. Remove PCC concrete. SECTION 302 - ROADWAY SURFACING 302-1 COLD MILLING OF EXISTING PAVEMENT The work to be done here under consists of cold milling and removal of the designated thickness of existing pavement surface, including asphalt concrete, or other miscellaneous improvements, at those locations shown on the plans as being cold milled. The existing A.C. pavements shall be cold milled to the depths required per grades as shown on the Plans and in accordance with the Standard Specifications. The pavement shall be removed by the use of a cold milling machine designed for this purpose and capable of performing a satisfactory job. Burning or heat planing will not be permitted. The planed pavement shall provide a maximum bond surface suitable for resurfacing. Except as otherwise called for on the plans, all A.C. pavement cuts shall be cut to neat, clean, and straight lines to the satisfaction of, and as directed by, the Engineer. Page 29 of 116 302-4 SLURRY SEAL SURFACING 302-4.1 General Application and installation shall be in accordance to the requirements of Section 302-4 of the Standard Specifications except as indicated in these special provisions. 302-4.8 Spreading and Application Slurry seal shall be sufficiently cured for vehicle traffic without tracking or damage to the surface by 3:00 p.m. on the same day. In case of damage done by vehicles and/or pedestrians upon slurry that has not been sufficiently cured, the Contractor shall replace all of the damaged work at the Contractor's expense and no additional compensation shall be made by the City. Prior to applying slurry seal, the Contractor shall clean all work surfaces and remove all loose materials, vegetation, oil, and other foreign material. Additionally, all locations with weeds shall be treated by an approved weed -killer before any slurry seal is applied. 302-4.9 Field Sampling and Testing Upon the Engineer's direction, the Contractor shall slurry seal test sections within the construction limits for each batch of slurry seal mix. The Contractor shall apply the slurry seal test sections as directed by the Engineer. No slurry seal shall be applied until the test slurry seal sections have been approved the Engineer. The costs of these slurry seal tests shall be included in the contract price paid for slurry seal and no additional compensation shall be made by the City to the Contractor. Field samples that do not meet the requirements of Table 302-4.9.1 shall be re -tested. The Contractor shall be responsible for all cost associated with the re -testing. 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Add to this section: "All cracks '/4 -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1-'/2 inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302-5.8 Manholes (and Other Structures) Page 30 of 116 All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in 302-5.6.2. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. 303-5.4.1 General The Contractor shall sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches. 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. Page 31 of 116 303-5.5.4 Gutter Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-17 TRAFFIC SIGNAL CONSTRUCTION 307-17.7.3 Inductive Loop Detectors Amend this Section to include: "Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -513 and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the Traffic Signal Specifications Supplemental and will be placed immediately behind the limit line/crosswalk. Loop wire shall be Type 2. Loop Sealant shall be Hot -Melt Rubberized Asphalt sealant. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement course placement." SECTION 310 — PAINTING 310-1 GENERAL. All new traffic signal standards, poles and mast arms shall be coated as detailed below: • Galvanize: The product shall be galvanized in accordance with ASTM 1231- Other 23; Other items to be coated shall be properly pretreated with environmentally safe, ultraviolet resistant, polyester powder coating, which shall be applied electro statically at 90 W. and baked for 20 minutes at 375 degrees F, per ASTM D-3359, ASTM D-3363 and ASTM D-522. 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. Page 32 of 116 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be lane marking paint applied at 15 mil in one coat, as soon as possible and within 24 hours after the level course, 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. Existing thermoplastic striping shall be removed prior to the application of slurry seal. Temporary painted striping shall be placed within 24 hours of removal. (Optional temporary striping on AC base or leveling course. Add to bid if required.) Upon completion of AC base or leveling course, temporary striping shall be installed. 314-4.2 Control of Alignment and Layout 314-4.2.1 General The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and 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 Page 33 of 116 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 not later than 15 days. SECTION 315 - TRAFFIC SIGN INSTALLATION Location of traffic signs shown on plans is approximate and shall be approved by the City prior to installation. Regulatory signs on signal standards, poles and mast arms shall be the sized to ensure visibility, e.g. a R3-1 sign shall be 36 -inch by 36 -inch. 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. Page 34 of 116 PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-1 GENERAL Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 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 of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. Page 35 of 116 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 alley construction. Temporary parking permits shall be filled out and signed by the Engineer and valid during the period of construction of the adjacent alley 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, minimum 2 changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall submit to the Engineer, at least five working days prior to the pre - construction meeting, traffic control plans and/or detour plans for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. Page 36 of 116 5. At a minimum, the Contractor shall maintain one lane of traffic in each direction at all times when completing the work. Temporary striping may be required and shall be shown on the TCP. 6. The Contractor will be allowed to close one street at a time to complete the work. Work in other streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as loss of street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 7. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 8. 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. Page 37 of 116 PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 700 — MATERIALS 700-3 COMMON COMPONENTS 700-3.1 General. Contractor shall furnish all hardware to meet the Caltrans specifications for all new and relocated traffic signal equipment as shown on the plans and detailed within these special provisions. The hardware shall be hot -dip galvanized or stainless steel as detailed. 700-3.3 Standards. Traffic signal standards and poles shall be steel and conform to the 2010 Caltrans Standard Plans and Standard Specifications, including foundations, anchor bolts, and ancillary items. Standards, Poles, Steel Pedestals, and Posts shall be finished per Section 310 - PAINTING of these Special Provisions. 700-3.5 Conduit. Traffic Siqnal and Interconnect It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble without the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Page 38 of 116 Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. Quality Control All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. HDPE Schedule 80 Continuous Conduit The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements.- The equirements: The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and UL651 B. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture - produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Carlon or Endot made or approved equal. PVC Schedule 80 Conduit The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell" end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Page 39 of 116 A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduit shall be Carlon or Endot made or approved equal. Street Lighting Conduit Unless otherwise noted on the plans, conduit shall be 1'/4" Schedule 40 PVC. 3" line -side conduit from service cabinet to Edison Vault shall be per SCE specifications and requirements. 700-3.7 Pull Boxes Traffic Signal and Interconnect Pull Boxes Pull boxes shall conform to the provisions in the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions. All new pull boxes, each complete with cover, shall be pull box number 6 (PB#6), or pull box B40, as noted on the Plans. PB#6 shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. B40 shall have nominal dimensions of 40.5 inch L x 28.25 inch W x 14 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read "TRAFFIC SIGNAL" on one line and "FIBER OPTIC" on second line. The cover marking for each pull box not containing fiber optic cable shall only read "TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Splice boxes shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equal, unless otherwise noted on the Plans. Page 40 of 116 Size #5 Box #5 Lid #6 Box #6 Lid Splice Box & Lid B40 Box B40 Lid Approved Models Christy N30 Electrical Box Christy FL30T Christy N36 Electrical Box Christy FL36T Armorcast A600197APCX 12 Christy N40 Box Christy B40M Street Lightinq Pull Boxes All new pull boxes shall be per CNB STD No. 204-L and per the Plans. 700-4 STREET LIGHTING SYSTEM MATERIALS. Street Lighting System Materials 700-4.1 Reinforced Concrete Standards. Street Light standards shall conform to the City of Newport Beach Standard Special Provisions. Luminaires for New Multiple Circuits LED Luminaires shall be: LEOTEK GreenCobra LED Street Light • 30 watt, 4,830 lumen (GCJ1-30J-MV-40K-2R-GY-050), 240 volt o House Side Shield (HSSGCJ) o 3600 Shield (CSSGCJ) • 80 watt, 12,746 lumen (GCM1 -60J-MV-40K-2R-GY-1 25), 240 volt o House Side Shield (HSSGCM) o 3600 Shield (CSSGCM) Contact: Western Regional Sales Manager, Ewing Liu Email: ewing.liu(a-leotek.com Mobile: 408-556-0234 LED luminaires shall be warranted a minimum of 10 years from the date of project acceptance. Page 41 of 116 700-4.2 Wire/Conductors. Wiring for street lighting shall consist of 2#8 stranded copper insulated conductors for each circuit with 1#8 bare copper conductor for grounding. Each street lighting circuit shall be color coded. Refer to project plans for color codes for each circuit. Fuse holders shall be model TRON #HEX -AA and contain Mersen/Ferraz Shawmut Normal Blow GGU5 5A 120V Glass Fuses. Pull boxes with new lock shall be Eisel Enterprises No. 3'/z F or No. 5F or pre -approved equal per Detail `B' as noted on the plans. Pull boxes shall have tamper -proof stainless steel locking bolts/nuts, Bryce Fastener or equivalent; Lock nuts shall be 3/18-16 Penta Nut 316SS. Type III -BF single -meter stainless steel service cabinets shall conform to the requirements of Detail `A' as noted on the plans. Service panel shall provide same number of relay contactors as circuits. Service cabinet shall be Myers MEUG-20X-316- M100-SCE-120/240-1Ph/3W with the following: • 200A / 4 Jaw Meter Socket & Test Blocks • 12 Circuit Panel • 100A/2P-Main Breaker-10KAIC • 20A/2P — Lighting — 4 Ea • 20A/1 P — PE Control — 1 Ea • 30A/3P—ABB Ltg Contactor -120V Coil — 3 Ea Test Switch • P.E. Receptacle • 316 Stainless Steel Const. — NEMA 3R • 316 Stainless Steel Base Assy. Included New locks shall be provided on street light panel doors. Contractor shall salvage the existing screws. 700-4.7 Photoelectric Controls. Photocells shall be Fisher Pierce, 7 -Pin, twist lock. Photocells installed on service cabinets shall include control relays. Photocells on luminaires shall include shorting caps. Page 42 of 116 Traffic Signal Lighting Materials 700-4.9 LED Luminaires Traffic signal luminaires shall conform to the provision in Section 86-1.02K LED Luminaires of the Caltrans Standard Specifications, the approved Caltrans LED Lighting Purchase Specification, and these Special Provisions. Each luminaire shall consist of an assembly that utilizes LEDs as the light source. In addition, a complete luminaire shall consist of a housing, LED array, and electronic driver (power supply). Each luminaire shall be rated for a minimum operational life of 63,000 hours. Each luminaire will operate at an average operating time of 11.5 hours per night. Each luminaire is expected to have a minimum operational life of 180 months (15 years). The luminaires to be installed shall be 120 volt with integral constant wattage ballast and detachable power unit assemblies. The power unit assemblies shall contain the ballast, starter board, capacitors, and a heavy duty terminal block. The luminaire on -board circuitry shall include surge protection devices (SPD) to withstand high repetition noise transients as a result of utility line switching, nearby lightning strikes, and other interference. Each luminaire shall be installed with photoelectric controls that are operationally compatible with currently used lighting control systems. The luminaire shall provide true ninety -degree (90 degree) cutoff with no light emitted above the horizontal. The lower edge of the luminaire housing shall extend below the light source and all glassware. Glare shields external to the luminaire will not be accepted. The luminaire optical assembly shall be sealed, watertight, and filtered to prevent contamination from infiltration of gaseous and particulate matter. The lamp socket shall be factory preset to produce a medium cutoff IES Type III light distribution. When the components are mounted on a down opening door, the door shall be hinged and secured to the luminaire housing separately from the refractor or lens frame. The door shall be secured to the housing in a manner to prevent its accidental opening. A safety cable shall mechanically connect the door to the housing. The manufacturer shall provide a warranty against loss of performance and defects in materials and workmanship for the luminaires for a period of 84 months after acceptance of the luminaires. Replacement luminaires shall be provided promptly after receipt of luminaires that have failed at no cost to the City. All warranty documentation shall be given to the City. Page 43 of 116 LED luminaires shall be Leotek GreenCobra Series GC1-60E-MV-NW-3-WH-700 (see plans for exact wattage per location) or approved equal. For all intersections, Contractor shall have manufacturer technician on-site for final acceptance testing and approval of LED luminaires. 700-5 TRAFFIC SIGNAL MATERIALS 700-5.3 Conductors and Cable. 700-5.3.3 Interconnect Cable. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. Cable Marking • The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. • The markings shall be repeated every two (2) feet. • The actual length of the cable shall be within ±1 % of the length marking. • The marking shall be in a contrasting color to the cable jacket. • The marking shall be approximately one-half ('/2) of the diameter of the cable and must be permanent and weatherproof. Quality Control The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. General Considerations The twisted pair cable shall meet the following: • Conductors: Solid # 19 AWG copper conductors Page 44 of 116 • Insulation: solid virgin high density polyethylene with telephone industry color - coding • Twisted Pairing: Individual conductors twisted into pairs of varying twist to minimize crosstalk with specific color combinations to provide pair identification (telephone industry color coding) • Filling Compound: the cable shall be gel -filled to prevent water intrusion • Shielding: the cable shall employ a thick (0.005") corrugated copper shield to provide a 100% electrical shielding coverage • Outer Jacket: a black, low density, high molecular weight virgin polyethylene, compounded to withstand sunlight, temperature variations, and other environmental conditions, including abuse during installation. • Footage Marking Printed sequentially every two feet along the outer jacket to provide readily accurate records of cable usage and reel contents When terminating the cable, the following shall be complied with: • Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf • All copper pairs are to be properly cleaned to remove residue • Cable shall be installed free of kinks, cuts or damages • All pairs shall be installed (landed) in a termination box in the cabinet • One end of the copper shielding cable shall be grounded 700-5.3.4 Fiber Optic Cable. Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be three (3) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers for City of Newport Beach. 2. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers for Caltrans 3. Drop cable which shall contain six (6) single -mode optical fibers. Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within City Buildings does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in Page 45 of 116 these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non- uniformity that would: • Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. • Inhibit proper connection to interfacing elements. • Otherwise yield an inferior product. • Each fiber optic outside plant cable for this project shall be all -dielectric, dry water - blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in these specifications. All fiber optic glass/cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. The cable shall be qualified as compliant with Chapter XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." Packaging 1. The completed cable shall be packaged for shipment on non -returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. Cable Marking 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 350G of the National Electrical Safety Code- (NESC°), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within ±1% of the length marking. Page 46 of 116 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 6. The cable shall be tagged in each pull box with size and direction. Payment Upon acceptance and approval of the fiber optic cable, the City will pay the remaining amount as calculated by the actual measured quantity of installed fiber optic cable at the unit bid price minus the previously paid amount (80% of bid price). Refer to Section 9-3.2 for additional details. Acceptance and approval are achieved as determined by the City and includes: • Approved fiber optic test results • Completed cable/splice repairs or replacement as determined by the test results • Measured and approved quantities of installed cable • Uninterrupted operation of fiber optic communication network, including fiber optic cable and communication devices for one week. This item may include items installed by others. Quality Control The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. General Considerations Fiber optic cable installed shall be single mode fiber of the size as specified on the plans and shall be Corning ALTOS all -dielectric gel -free fiber optic cable, or approved equal. Fiber Characteristics One hundred percent (100%) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA/EIA-455-3A (FOTP-3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (-40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. The cable shall meet the requirements of ITU -T G.652.D and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall Page 47 of 116 have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type Corning Altos or approved equivalent Core diameter 8.3 pm nominal Cladding diameter 125 pm ± 1.0 pm Core to Cladding Offset _< 0.7 pm Coating Diameter 240 pm ±0.5 pm Cladding Non -circularity defined as: [1- (min. cladding dia _ max. cladding dia.)]x100 < 1.0% Proof/Tensile Test 100 k si, min. Attenuation: @ 1310 nm @ 1385 nm @ 1550 nm < 0.35 dB/km < 0.31 dB/km < 0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak <_ 2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures _< +0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength (Ao) Zero Dispersion Slope 1302 < I\o _< 1322 nm < 0.092 ps/(nm2.km) Maximum Dispersion: < 3.5 ps/(nm.km) for 1285 - 1330 nm < 18 s/ nm.km for 1550 nm Cut -Off Wavelength <1260 nm Mode Field Diameter (Petermann II) 9.2 ± 0.4 pm at 1310 nm 10.5±0.5 pmat 1550 nm Cable Outer Diameter 0.30" 7.6 mm Buffer Tube Size 0.08" 2.0 mm Color Coding Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue BL 7. Red RD 2. Orange OR 8. Black BK 3. Green GR 9. Yellow YL 4. Brown BR 10. Violet VL 5. Slate SL 11. Rose RS 6. White WT 12. Aqua AQ Page 48 of 116 The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-598B "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. General Cable Performance The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA-455-82 (FOTP-82), "Fluid Penetration Test For Fluid -Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA-455-81 B (FOTP-81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable". The test sample shall be prepared in accordance with method A. Crush resistance of the finished fiber optic cables shall be 220 N/cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA-455-41 (FOTP-41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N/cm (125 Ibf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N/cm (63 Ibf/in). Alternatively, it is acceptable to remove the 220 N/cm (125 Ibf/in) load entirely and apply the 110 N/cm (63 Ibf/in) load within five minutes ata rate of 2.5 mm (0.1 in) per minute. The 110 N/cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N/cm (63 Ibf/in) load. The change in attenuation shall not exceed 0.4 dB during loading at 1550 nm for single - mode fibers and 1.0 dB during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under 5X magnification. Page 49 of 116 Impact testing shall be conducted in accordance with TIA/EIA-455-25B (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA-455-33 (FOTP-33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 400 N (90 Ibf). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no- load condition. Drop Cable As may be required, the Contractor shall provide a single -mode optical fiber cable between each mid -span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have two (2) or four (4) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. Page 50 of 116 Fiber Patch Cords The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non -corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 900JAm single fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from Corning Cable System or approved equal. Fiber Optic Fan -Out Kits If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250pm fiber (loose tube cable) and shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan -out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. Housing Length 132 mm (5.2 in) Diameter 31 mm 1.22 in Fan Out Tubing Length 2 m 78.8 in Diameter 2.9 mm 0.11 in Environmental -40°C to 70°C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from Corning Cable System or approved equal. Page 51 of 116 Fiber Optic Connectors The Contractor shall furnish and install fiber optic pre -manufactured connectors that are single mode LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. LC type connectors will be used for all outdoor and indoor installations. The LC connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and JIS specifications for LC compatible connectors. Insertion Loss 0.4 dB(typical) Reflectance < -40 dB between a temperature range of -40° C to 75° C Durability <0.3 dB change, 200 rematings. Tensile Strength < 0.2 dB change, 10 Ib. Temperature Cycling <0.3 dB change, -40° C to 75° C Nominal Fiber OD 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from Corning Cable System or approved equal. 700-5.4 Controllers. 700-5.4.3 Cabinets. Controller Assembly Testing Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions and NEMA TS2-2 standards. Cabinet Construction The following items are included in the cabinet assembly: • For 16 position main panel • Type "O", "P", and "R" aluminum cabinet powder -coated white inside and out. • Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. • Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU Page 52 of 116 • 16 -channel detector rack w/ BIU slot (minimum) • 8- 2 -channel Detectors (minimum) or (16 channel max.) • Bus Interface Units — detector rack only • 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet. General National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. Documentation The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. Warranty The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two-year warranty. Cabinet Standards Cabinet Construction A complete NEMA TS2 Type 2 Plug N Go in a Type "O", "P" or "R" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: • Material shall be 5052-H32 0.125 -inch thick aluminum. • The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875 to match the service enclosure and battery backup cabinet. • The door hinge shall be of the continuous type with a stainless steel hinge pin. • The door handle shall be cast aluminum. With the provisions for padlock installation. • All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All outside seams shall be continuous welded. Page 53 of 116 • Cabinet lock shall be of the Corbin #1548-1 (#2 Key). • A roll out computer table shall be mounted under the Controller location on the First shelf. • Each cabinet shall have 3 sets of cabinet wiring diagrams. • Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). Shelves Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C" mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type "O" and "R" cabinets shall have three (3) shelves. Cabinet Wiring Equipment Accessibility All mounted panels and equipment shall have a minimum tool access clearance of 6". Ventilating Fan The cabinet shall be provided with a thermostatically controlled adjustable between 80- 150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum and protected by a 0.5 -amp fuse. Air Filter Assembly The cabinet Air Filter shall be a one-piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12' x 16") minimum. Cabinet Light Assembl The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and turned off when the door is closed. Lightening Suppression The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. Power Panel The Power Panel shall house the following equipment: • A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. • A 20 -amp auxiliary breaker shall supply power to the fan, light and GFCI outlet. • An EDCO model SHP-300-10 or equivalent surge arrester. • A 50 amp, 125 VAC radio interference line filter. • A normally -open, 60 -amp, mercury contractor Page 54 of 116 • A spare 15 amp, auxiliary breaker shall be provided. Convenience Outlet Three Duplex outlets shall be supplied. 1. Is for short term equipment use and shall be a 120 volt AC, 15 -Amp NEMA 5-15 GFCI 2- gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2. Is for long term equipment use and shall be a 120 volt AC, 15 -Amp NEMA 2 - gang duplex outlet shall be mounted in the upper right corner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from filtered power. Inside Aux Control Panel Switches The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER POWER ON/OFF. Auxiliary door panel switches shall be hard wired only. (No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase 1 to 8 & peds). 2 -Position Auto/Flash Switch In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 3 -Position Auto/OFF/ON Stop Time — Switch When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 2 -Position Controller Power On/OFF — Switch This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. Police Panel Switches The Police Panel shall contain one (1) switch: The AUTO/FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 2 -Position Signals ON/OFF Switch In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. Page 55 of 116 2 -Position Auto/Flash Switch In the Auto position the intersection shall operate normally based on all other switches. In the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. Cables All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. Color Coding All cabinet wiring shall be color coded as follows: • Purple = Flash color programming • Brown = Green Signal Wiring • Yellow = Yellow signal wiring • Red = Red signal wiring • Blue = Controller wiring • Gray = DC ground(return),(logic ground) • Black = AC+ • White = AC- • Green = Chassis Main -Panel and Wire Terminations All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solder less connectors shall be used. Printed circuit boards shall Not be used on main panels. Flashing Operation Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. Detector Rack and Interface A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. Preemption Wiring The cabinet shall ^be completely wired for Rail Road or EVP preemption as needed if specified on the plans. Main panel Configuration The main panel shall be fully wired in the following configuration: Page 56 of 116 • The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. • Four or Six flash transfer relay sockets as required. • One flasher socket. • Wiring for one Type -16 MMU. • All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. Field Terminal Locations Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. Cabinet equipment Controller Unit Shall be a Cobalt Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. nPhni-Mm Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70 detectors shall be provided or approved equal. MMU (Malfunction Management Unit) Cabinets shall be equipped with NEMA TS2 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. BIU (Bus Interface Unit) BIU's shall meet all TS2-1992 section 8 requirements. In addition, all BTU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. Cabinet Power Supply The cabinet power supply shall meet the NEMA TS2 specification. All power supplies shall also provide a separate front panel indicator LED for each of the four power outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. Telemetry Interface Panel All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRACS central control system. The interface panel shall also contain wiring for door open and flash alarms. Power Bus Assembly Page 57 of 116 The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. Interconnect Termination All cabinets shall be supply with interconnect termination blocks, Siemons model # S66M1-50 and sub -base. Load Switch All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -86-1/0 or City Approved Equal. All load sockets shall be equipped with a load switch. Flasher Unit All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. Intersection Diagram An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. Cabinet Wiring Prints The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. Testing Facility The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected by the Engineer. Equipment Turn On Requirements An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. 700-5.5 Traffic Signal Faces and Fittings. Installed vehicle indications/heads shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black. Page 58 of 116 New vehicle indications shall be nominal 12 -inch diameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1-T indications shall be furnished with bronze terminal compartments. Vehicle heads shall be furnished new by the Contractor with the LED units installed. Where vehicle indications are to be powder coated, new vehicle heads, visors, and back plates shall be metal. Otherwise, new vehicle heads, visors, and back plates shall be polycarbonate. Top openings of vehicle indications shall be sealed with neoprene gaskets. If shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Model LESV1T (orAgency-approvedequal) terminal compartments. All Vehicle indications shall be 12 inch LED and shall be Gelcore or Dialight brand (or Agency approved equal). 700-5.6 Pedestrian Signal Sections. Installed pedestrian indications/assemblies shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black. Where pedestrian signal faces are to be powder coated, new pedestrian housings shall be metal. Otherwise, new pedestrian assemblies shall have structural polycarbonate. Type A indications with Stainless steel hardware and shall be furnished with bronze terminal compartments. All Pedestrian indications shall be Countdown LED and shall be Gelcore or Dialight brand (or Agency approved equal). 700-5.7 Pedestrian Push Button Assemblies. Installed pedestrian and bicycle push buttons/assemblies shall be furnished new, including mounting hardware. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7-1/2". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Bicycle Push Button Assemblies Installation of push button assemblies for bicycle use shall be in accordance with CNB STD No. 913-L. 700-5.8 Detectors. Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. Page 59 of 116 700-5.9 Video Detection System. The video detection system shall be a Gridsmart Video Detection 2 -Camera System by Gridsmart Technologies, Inc. or approved equal. 700-6 FIBER OPTIC EQUIPMENT 700-6.1 Fiber Patch Panel/Wall Interconnect Unit. General Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans. The section includes material and installation for fiber patch panel. Description The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in 332 cabinets shall be rack -mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall have 48 strand capacity. The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. The Fiber Patch Panel shall be Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01U, shelf/wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. 700-6.2 Fiber Distribution Unit (FDU). General The Contractor shall furnish and install fiber distribution unit (FDU) sized to be rack - mounted in the new or existing equipment rack in the City Building equipment room as Page 60 of 116 shown on the Plans. The FDU shall have the capacity to terminate and connect all fiber optic cable strands installed by Contractor as part of this Project, as shown on the Plans. Contractor shall coordinate installation of rack and FDU with Engineer. The section includes material and installation for fiber distribution unit. The FDUs at the City Buildings shown in the plans shall serve as the demarcation point for work to be completed by Contractor and work to be performed by others. The Contractor shall be fully responsible for furnishing, installing and testing of the FDU at each City Building and all Field Work elements. From, but excluding the FDU, others will be responsible for elements inside the City Buildings. Description of FDU FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub -panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at communication hubs, shall be LC type connectors. The Contractor shall provide pre -wired connectors panels, fiber pigtails, interconnection sleeves, and connector panels as required to make the indicated connections. The FDU shall have the spare capacity to hold the required number of connector panel modules and fiber capacity splice trays. The Contractor shall provide trays to house the entire number of fibers within the cable for future use. Prior to ordering the FDU and associated equipment, the Contractor shall provide submittals of the exact equipment proposed to the Engineer. The Engineer must approve the equipment submittals prior to ordering. The FDU shall be Corning Cable System or approved equal. 700-6.3 Splice Closure. General Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure Page 61 of 116 designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40° C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. Installation 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. 5. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. Page 62 of 116 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10.The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapsulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encapsulant, trays, and reseal kits shall be from Corning Cable Systems, or approved equal. 700-6.4 Ethernet System. The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty General The locations for the installation of Ethernet switches are shown on the corresponding design plans. Page 63 of 116 The Ethernet Switches with power supplies shall be furnished by Iteris and installed by the Contractor. Ethernet Switch shall be Cisco IE -3000 8TC, or approved equal. The Ethernet Switch power supply shall be Cisco PWR-IE50W-AC Contractor shall furnish and install CAT6 cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. CAT6-A Cable Contractor shall furnish and install CAT6-A cable and complete connections from Ethernet Switch and installed equipment in controller cabinet including traffic signal controller and video encoder, at locations as shown on the plans. Contractor shall furnish and install CAT6-A cable and complete connections from Aggregation Switch and installed equipment in rack, at locations as shown on the plans. Installation Contractor shall furnish and install switches as shown on the plans and as directed by Engineer. Testing Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. Warranty The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of acceptance. 700-7 CCTV SYSTEM General The Closed Circuit Television (CCTV) Camera System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. The CCTV camera system including the dome camera, CCTV cable (video/data/power), and CCTV camera mounting hardware and shall be Contractor - furnished. The Contractor shall install the CCTV camera system at locations as shown on the Plans. Page 64 of 116 CCTV IP Dome Camera The Camera shall be IP, Color CCD and capable of producing no less than 720P resolution and communicate using non-proprietary control protocol. It shall have Pan, Tilt, Zoom (PTZ) capabilities, NTCIP control language, and a minimum optical zoom of 30 X and be manual/auto focus capable. The camera shall be able to operate with a continuous 3600 rotation (no stops). The camera shall be able to operate a light rating of 3.0 lux at 60 frames per second color and at 0.3 lux at 60 frames per second black and white. The camera shall operate at NEMA TS2 voltage levels of 89 VAC to 135 VAC and environmental temperatures of - 34° to 74°C. The camera shall have a minimum of 6 programmable privacy zones, zones at which the video is blanked, and 32 presets. The camera shall be in a pressurized sealed enclosure and have a built in character generator for site ID name and/or number, and alarm codes. The camera shall weigh no more than 20 lbs. and shall have dimensions no greater than 18 inches tall and 15 inches long. All equivalencies must be approved by the Engineer prior to procurement. The camera shall have the following features: • Network Interface — Ethernet (100BaseT-Tx) • Protocol — TCP, IGMP, RTSP, NTP, HTTP, ONVIF Profile S, NTCIP • CODECs — H.264 and MPEG (720p) • Pan Range - 3600 • Tilt Range - 50 to -900 • Power — POE++ Camera shall use pole -mounting hardware provided by the dome CCTV camera vendor, capable of mounting to a vertical traffic signal pole. The pole mount shall be affixed to the pole to extend the camera towards the center of the signalized intersection. The dome CCN camera and mounting hardware shall withstand a wind load of 80 mph when affixed to traffic signal pole without permanent damage to mechanical and electrical equipment. The CCTV Dome Camera shall be COHU Model Rise 4220HD 4221-1000 Dome or approved equal. The POE++ Injector shall be COHU Model Enable -IT 7412007-003 or approved equal. CCTV Integrated Camera Cable The integrated CCTV camera cable shall be procured from the CCTV camera vendor. No exceptions shall be allowed. The CCTV cable shall be COHU Model CA276A series or approved equal. Page 65 of 116 700-8 OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre-empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 764 phase selector units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available/full. The EVP system shall consist of the following components: • Model 764 phase selector units, • Model 760 rack (if required), • Model 722 Optical Detector Units • Model 138 Optical Detector Cable The Contractor shall coordinate with the Manufacturer to have a technician onsite the date of the signal turn -on. 700-9 BATTERY BACKUP SYSTEM The Contractor shall furnish and install a Battery Backup System (BBS) for use with a NEMA system (shelf -mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The BBS shall be installed per the manufacturer's guidelines The Contractor shall at his own expense, arrange to have a technician, qualified to work on the BBS assembly and employed by the BBS assembly manufacturer, or his representative, present at the time the equipment is turned on. The Engineer shall be notified at least two working days prior to the beginning of the functional test period. The BBS shall be Alpha Technologies Model FXM 1100 Rugged UPS Module, Rack mount kit 2RU — 19", and MK Battery Model 8A24 HEU, or approved equal. Battery Backup Cabinet Where BBS system is to be installed on a Type "O" or "P", a separate battery cabinet for NEMA controller cabinets shall be furnished and installed to house the batteries and inverter. Page 66 of 116 The battery cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875 to match traffic signal cabinet and service enclosure. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. The BBS Cabinet shall be McCain Model 36x20x16 BBS Cabinet, Side Mount M42513 - SC Power Coated, or approved equal. 700-10 LED INTERNALLY ILLUMINATED STREET NAME SIGNS. All street name signs shall be furnished and replaced new, including mounting brackets and hardware. Internally illuminated street name signs shall conform to Section 87-4.02C Internally Illuminated Street Name Signs of the Caltrans Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. IISNS shall be NuArt EdgeLit (MAIM -72 -LED -D or NAIM-96-LED-D) with mounting brackets or approved equal. Each EdgeLit LED IISNS shall be equipped with factory installed photoelectric controls. Custom Sign Panels shall be white on blue background with Newport Beach logo per CNB STD No. 916-A. SECTION 701 — CONSTRUCTION 701-1 GENERAL All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturer's recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. Page 67 of 116 It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. Electrical and Environmental Requirements The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). • Primary Power - 120 volts single phase, voltage variation ± 10%; frequency range, 60 Hz ± 1. • High Frequency Interference - Spikes of 50 volts. • Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. • Temperature Range - +50 to +85 degrees F. • Temperature Gradient - 10 degrees F per hour. • Humidity - 50 to 60 percent, non-condensing. All electronic equipment shall be of solid-state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. All video display system and computer equipment shall be suitably protected against Electro-Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce any EMI, which would interfere with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re-settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. Page 68 of 116 Cabling Requirements All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. Responsibilities of the Contractor It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCTV system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he/she proposes to use will fit into the available space with proper clearances. The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his Page 69 of 116 facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights-of-way or City property. The Contractor shall procure encroachment permits for all work done outside City right - or -way, including work completed on Caltrans right -or -way, at the Contractor's expense. The Contractor shall coordinate the Field Work with all required agencies and utility companies. If other equipment not mentioned in these Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. Page 70 of 116 701-8 FOUNDATIONS, FOUNDATION CAPS AND SLABS 701-8.2 Foundations. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51-1.03D Placing Concrete of the Caltrans Standard Specifications. All abandoned foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, the Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 701-11 PULL BOXES All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. Page 71 of 116 If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 87-1.03E , Excavating and Backfilling for Electrical Systems of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one (1) inch. 701-12 CONDUIT All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3) feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Page 72 of 116 Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. Direction Bore Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian crosswalks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. Page 73 of 116 Trenching Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. 701-14 SERVICES Electrical service shall be modified Caltrans Type II or Type III -BF, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (100 -amp main, 15 -amp IISNS (internally illuminated street name sign), 30 -amp lighting, and 15 -amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type II enclosures refer to Caltrans Standard Plan ES -213 and City Standard Drawing No. 910-L (P and R cabinets). For Type III -BF enclosures refer to Caltrans Standard Plan ES -2E for further details. Service enclosure shall be powder coated white inside and out Federal color #17875 to match the traffic signal cabinet and battery backup cabinet. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the Contractor's responsibility to verify the location of service to make arrangements for necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. Page 74 of 116 701-17 TRAFFIC SIGNAL CONSTRUCTION 701-17.4 Wiring, Conductors and Cable. 701-17.4.4 Interconnect. The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets and at the Central Library, as shown on the Plans. The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. The Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. Communication Link Testing The twisted pair cable will support Ethernet over copper communications along at the locations shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the project intersections. Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans but also to test existing twisted pair cable. This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. • Results of test to be submitted to the City in a CD. • Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. 701-17.4.5 Fiber Optic Cable. Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the Engineer for resolution. Page 75 of 116 The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: • Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures. • Cable bending radius limitations. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. Mechanical aids may be used to assist cable installation. The pulling eye/sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A Corning Cable System GRP series or equivalent woven wire type of grip is recommended. When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. Fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non-abrasive pull rope/tape conforming to the provisions described under "Conduit" elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. Page 76 of 116 The Contractor shall submit detailed installation procedures (pull plans) for review twenty (20) working days prior to pulling in each optical fiber segment. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all installed fiber cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. Splicing Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. Splicing - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: • Connection of cable reel sections. • Connection of a mainline cable to a drop cable. Page 77 of 116 • Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. • Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. • Connection of two or more mainline fiber optic cables as shown on the plans. The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. Fiber Optic Cable Assemblies Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outer jacket of jumpers shall be yellow. Page 78 of 116 Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA/EIA-455-B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single - mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455- 2C (FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-5B (FOTP-5), Humidity Test Procedure for Fiber Optic Components, and TIA/EIA-455-34A (FOTP-34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 dB. The insertion loss increase measured before and after the impacts should be < 0.30 dB. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should be < 0.30 dB. The insertion loss increase measured before, during, or after the test should be < 0.30 dB. The maximum reflectance measured before, during, or after the test should be < 40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be machine polished for low back -reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre-connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless-steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory -assembled and tested. There shall be no fabrication of connectors in the field. All unmated connectors shall have protective caps installed. Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves Page 79 of 116 shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 (Dm tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (110 Ibf.). Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. Fiber Assignments The fiber assignments tables and schematics will be provided as part of the plans. Fiber Optic Cable Link Testing The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: • Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be.- - e: - Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. - Attached to each fiber cable shipping reel in a waterproof pouch. - Results of test to be submitted to the city in a CD. - Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. Page 80 of 116 Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 OOD test set, a RIFOCS 263A visual fault finder, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination process has been completed. Each point- to-point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post -installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. Page 81 of 116 If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (dB), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR • The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be Page 82 of 116 calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end-to-end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re -termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. Insertion Loss Test Equipment (Fiber Optic Cable) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode -stripping cable or a low loss (-0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for Page 83 of 116 the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. Insertion Loss Test Procedures and Execution The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. • Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. • System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically.- System dentically: System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. Fiber Optic Cable Route Records The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. The cable shall be tapped in each pull box. Page 84 of 116 #10 Green Tracer Wire The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a split -bolt connector. 701-17.6 Detectors. The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Lead loops shall be installed per CNB STD Nos. 923 -L-A and 923 -L -B. Lead loops shall be modified Caltrans Type E, and placed immediately behind the limit line/crosswalk. Remaining presence loops shall be Type E, spaced 10 feet apart and installed per Caltrans Standard Plans ES -5A and ES -5B. Bicycle loops shall be Caltrans 3' x 6' Type D loop detector. All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. 701-17.6.3 Inductive Loop Detectors All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days after placement of pavement finish course. 701-17.7 Video Detection. The Gridsmart video detection system shall be installed on the luminaire mast arm as indicated on the plans and in accordance with the manufacturer's requirements. The contractor shall complete all connections of equipment components for the intended proper operation. Exact location of the detection zones shall be determined by the Engineer in the field. Exact placement of the video camera shall be determined by the manufacturer's representative in the field. Page 85 of 116 800-1 PART 8 - LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS LANDSCAPE MATERIALS 800-1.1 Topsoil [No change to "Greenbook"] 800-1.2 Soil Fertilizing and Conditioning Materials 800-1.2.3 Commercial Fertilizer [Add the following paragraphs].- Commercial aragraphs]: Commercial Fertilizers shall be delivered in sacks with the manufacturer's label showing weight and analysis attached to each sack. The following commercial fertilizer and soil preparation shall be for bid purposes only. Exact quantities and recommendations may be determined by the soil fertility and agricultural suitability test to be prepared by Waypoint Analytical, (714) 282-8777 or approved equal testing facility. Tests shall be provided by the Contractor at no additional cost to the City and shall be included in the base bid. Test shall be performed after final grading has been completed and approved by the City. All areas to be landscaped with a slope of 3:1 or less shall be cross -ripped or otherwise tilled to a depth of 18 to 24 inches. Uniformly spread and cultivate amendments thoroughly by means of mechanical tiller into top 6" of soil in all planting areas. Application rate per 1,000 square feet: Commercial Fertilizer 6-20-20 25 pounds Soil Sulphur 20 pounds Granular Gypsum 100 pounds Nitrogen stabilized sawdust ("Greenbook" — Type I Organic Amendment) 6 cubic yards Planting Tablets: Provide slow-release type with potential acidity of not more than 5 percent by weight containing the following percentages by weight of nutrients listed; 20 -nitrogen, 10 -phosphoric acid, 5 -potash, 2.6 combined calcium, 1.6 -combined Sulphur 0.35 -iron (elemental) from ferrous sulfate. Provide in 21 gram tablets manufactured by Agriform, or other approved. Landscape areas with gradients greater than 3:1 shall receive a uniformity broadcast application of the following: 300 lbs./Acre Nitroform (38-0-0, WIN 27%) 600 lbs./Acre 6-20-20 800-1.2.4 Organic Soil Amendment. Page 86 of 116 Paragraph 1 shall be deleted and replaced with the following: Organic Soil amendment material shall conform to Type 1 unless otherwise designated. Delete paragraph references to Type 2 and Type 3 soil amendments. 800-1.2.5 Mulch. Sentence one of paragraph one shall be deleted and replaced with the following.- Mulch: ollowing: Mulch: Provide 'forest floor' (0"- 4") as supplied by Aguinaga Company, (949) 786- 9558, or approved equal. Submit sample for review and approval by City Inspector prior to material delivery on-site. The following subsection shall be added.- 800-1.2.6 dded: 800-1.2.6 Soil Herbicide. Landscape areas: A commercially manufactured non-selective herbicide ("Round -up" or approved equal) for total control of vegetation products shall meet all federal and state regulations pertaining to the use of such substances. Application and rate of application shall follow manufacturer's recommendation. Application shall not be made until obtaining written approval from the City. Following City approval of Contractor herbicide, Contractor shall apply herbicide to all landscape areas. Such application shall be performed in consideration of overall construction schedule and operation so as not to disrupt or interfere with the project schedule and timeline. 800-1.4 Plants 800-1.4.1 General. Subsection 800-1.4.1 shall be deleted and replaced with the following: A representative number of plants may be inspected and approved at the nursery by the City Representative prior to shipment to the planting site. Prior to such visit, Contractor shall submit 3" x 5" color photographs of all proposed shrub material for City's review. Photos shall be submitted seven (7) calendar days prior to specified plant material review at nursery site. Plants shall be inspected for size and condition of root growth, insects, injuries and latent defects. Label at least one shrub of each variety with a securely attached waterproof tag bearing legible designation of botanical and common name. The City reserves the right to reject entire lots for plants represented by defective samples. Plant condition shall be in accordance with the American Standard for Nursery Stock (ANSI Z60.1-1996). All plants shall have a growth habit normal to the species and shall be sound, healthy, vigorous, and free from insect pest, plant diseases, sun scalds, fresh bark abrasions, excessive abrasions, or other objectionable disfigurements. All plants shall have normal well-developed branch systems, and vigorous and fibrous root systems which are neither root nor pot-bound and are free of kinked or girdling roots. Other than the normal side pruning during the growth period, no pruning shall be done prior to inspection at the nursery. The size of the plants will correspond with that Page 87 of 116 normally expected for species and variety of commercially available nursery stock, or as specified in the drawings. The minimum acceptable size of all plants, measured before pruning with the branches in normal position, shall conform with the measurements, if any, specified on the drawings in the list of plants to be furnished. Plants larger in size than specified may be used with the approval of the City, but the use of larger plants will make no change in contract price. Bare root plantings in publicly maintained areas shall be done only with special approval of City. Quantities and Types. 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 Plant Legend, as indicated on the drawings. The landscape Contractor is to verify all sizes and quantities on plans. 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 substantive written proof of non-availability of material originally specified prior to bid opening. Add the following subsection: 800-1.4.2.1.9 Fertilizer. A. Root Growth Stimulant: Stimulant shall be Vitamin B -I as manufactured by Cal - Liquid, Cooke, Chican, Ortho, or other approved equal. A. Fertilizer will not be used at time of planting. After four months, use a light application of 20:10:5 approximately 1/2 Ib. nitrogen per tree cultivated into soil. 800-2 Irrigation System Materials 800-2.1.1 General. The following paragraph shall be added at the end of the subsection: The manufacturer's directions and detail drawings shall be followed unless directed by the City Representative or shown differently in the plans and specifications. 800-2.1.3 Plastic Pipe for Use With Solvent Weld Socket or Threaded Fillings. Add the following before the first paragraph: General. Use only new materials of brands and types noted on drawings specified herein, or approved equals. Paragraph 2 shall be deleted and replaced with the following: PVC Pressure Main Line Pipe and Fittings shall be Class 315 PVC with bell and gasket - type pipe for pressure main pipes 2 inches and larger. PVC schedule 40 with solvent welded joints for pressure main piping of lesser diameter. PVC schedule 40 solvent welded piping shall be used for all non -pressure lateral line piping. Page 88 of 116 The following paragraphs shall be added at the end of the subsection: All PVC pipe must bear the following markings: 1. Manufacturer's name 2. Nominal pipe size 3. Schedule or class 4. Pressure rating in P.S.I. 5. NSF (National Sanitation Foundation) approval 6. Date extrusion 7. U.P.C. shield logo (IAPMO approval) All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type recommended by the manufacturer and shall follow installation methods prescribed by the pipe manufacturer. 800-2.2.2 Gate Valves. The text of this subsection shall be deleted and replaced with the following: All valves shall be as identified on the Construction Documents and per City review and approval. 800-2.2.4 Remote Control Valves. Add the following after paragraph number one: Remote control valve manufacturer and sizes shall be as indicated in plans and legend. 800-2.2.6 Quick -Coupling Valves and Assemblies. The text of this subsection shall be deleted and replaced with the following paragraph: Quick -coupling valves shall have a brass two-piece body designed for working pressure of 150 PSI. The quick -coupling valve shall have a built-in flow control and self-closing valve and shall be supplied in 3/4 -inch (19) size unless otherwise required. The valve shall be equipped with a locking green rubber or vinyl cover. When a quick -coupler assembly is specified, it shall consist of the valve, quick -coupler connection, and hose swivel. 800-2.2.7 Valve Boxes. Delete the first paragraph and replace with the following: Valve boxes and lids shall be as detailed on the Plans. The boxes shall be covered with an etched polyethylene face with an ultraviolet inhibitor. The lid shall be plastic, Page 89 of 116 lockable, and embossed with the valve station number on its topside. Sizes and manufacturer of the valve boxes and lids shall be as indicated on the Standard Drawings. 800-2.2.8 Master Control Valves. The master control valve manufacturer and size shall be as indicated on plan and legend. 800-2.3 Backflow Preventer Assembly Add the following after paragraph number one: Unless otherwise instructed by the City Inspector, backflow assemblies shall consist of a brass reduced pressure/backflow prevention device with "Wye" strainer and 60 mesh screen as detailed and called out on the Project Plans. 800-2.4 Sprinkler Equipment The text of this subsection shall be deleted and replaced with the following.- Irrigation ollowing: Irrigation bodies and nozzles shall be as indicated on plan and legend. Substitutions shall not be allowed unless by written authorization from the City of Santa Clarita. Irrigation bodies and nozzles shall feature low head drainage, pressure regulating, and pressure compensating features. Unless otherwise approved, all pop -ups and fixed riser assemblies shall consist of plastic and stainless steel materials. Smaller radii turf irrigation equipment shall consist of 6 -inch pop -ups. All smaller radii shrub and groundcover irrigation equipment shall consist of 12 -inch pop -ups, unless otherwise approved by the City. Smaller radii equipment are those components which irrigate within and under a radius of 22 feet. 800-3 ELECTRICAL MATERIALS 800-3.2.1 Conduit. [Replace paragraph with the following]: Conduit shall be Schedule 40 PVC pipe as called out on the plans. Install per plans. Conduit shall conform to the applicable provisions of subsection 800-2.1.3. 800-3.2.2 Conductors [Add the following paragraph]: The electrical system shall be installed in accordance with the National Electrical Code most recently adopted by the City. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be a different color wire for each automatic controller. Common wires shall be white with a different color stripe for each automatic controller. Install in Page 90 of 116 accordance with valve manufacture's specifications and wire chart. In no case shall wire size be less than #14. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. Install wires inside Schedule 40 Conduit anywhere it is not possible to place in pipe trench, or where wires must go under pavement. Conduit size shall be large enough to contain all necessary wires. Minimum conduit size shall be 2". Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals often (10) feet. An expansion curl should be provided within three (3) feet of each wire connection and at least every one hundred (100) feet of wire length on runs more than one hundred (100) feet in length and also at each change of direction. Expansion curls shall be formed by wrapping at least five (5) ruins of wire around a one -inch diameter pipe, then withdrawing the pipe. All splices shall be made with 3M - DBY wire connector, or approved equal. Use one splice per connector sealing pack. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the City. SECTION 801 - INSTALLATION 801-1 GENERAL The following paragraphs shall be added at the end of the subsection: Inspection will be required for the following parts of the work: At completion of rough grade prior to incorporation of soil amendments. Irrigation coverage test prior to initiating planting operations. At completion of incorporation of soil amendments and fine grading. Prior to digging plant pits for shrubs. During backfilling of plant pits with amended backfill. Maintenance period shall not begin until final installation inspection is made, and establishment is verified. City inspector shall approve commencement date of maintenance prior to the commencement of said maintenance. Final review and acceptance at the end of the maintenance period. 801-2 EARTHWORK AND TOPSOIL PLACEMENT Page 91 of 116 801-2.1 General. The following paragraph shall be added at the end of the subsection.- The ubsection: The Contractor shall apply water as necessary to provide ideal moisture content for tilling and for planting as, herein specified. 801-2.2 Trench Excavation and Backfill. The second and last paragraph shall be deleted and the following added: The depth of cover over pipelines and conduits shall be per Drawings. The trenches shall not be backfilled until all required tests are performed. A fine granular material used for bedding and backfill will be placed on all lines. Trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, or other approved materials, free from large clods of earth or stones. The finished surface shall be restored to the grade established prior to excavation. All mounding and divots shall be graded smooth to the satisfaction of the City Representative. If settlement occurs, and subsequent adjustments in pipe, valves, valve/utility boxes, sprinkler heads, lawn or planting, or other construction are necessary, the Contractor shall make all required adjustments. 801-2.2.1 Trenching and Backfilling Under Paving. The following subsection shall be added.- Where dded: Where irrigation lines are called for on the plans to be placed within a sleeve the PVC sleeve to be provided for such work shall be Schedule 40 PVC sleeve. 801-2.2.2 Trenching Adjacent to Existing Trees. The following subsection shall be added: Where it is necessary to excavate adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and tree roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap, to prevent scarring or excessive drying. Where a ditching machine is run close to trees having roots smaller than two (2) inches in diameter the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Trenches adjacent to trees should be closed within twenty-four (24) hours; and where this is not possible, the side of the trench adjacent to the free shall be kept shaded with burlap or canvas. 801-2.3 Topsoil Preparation and Conditioning 801-2.3.2 Fertilizing and Conditioning Procedures. Page 92 of 116 The first paragraph of the subsection shall be deleted and replaced with the following.- The ollowing: The planting areas shall be brought to rough grade whereupon Fertilizer and Soil Conditioning required for the native soils for the intended landscape planting shall be added based upon the recommendations of Soils Fertility and Agricultural Suitability Report. (See Section 800) The Contractor, at no additional cost to the City, shall make two additional soils tests for agricultural fertility and suitability and fertilizer and amendment recommendations of all planting areas upon completion of excavation, topsoil backfilling, and grading. The Contractor shall amend it as necessary to comply with the soils test report at no additional cost to the City. 801-2.3.3 Weed Control. The following subsection shall be added: Kill and remove all existing weeds from site areas utilizing post -emergent herbicide. Upon completion of the irrigation system and after all designated shrub and ground covers, existing weeds and growth have been removed from the planting areas. All areas shall be watered four (4) times daily until weed seeds have germinated for approximately 21 days or unless otherwise directed by the Engineer. Thereafter, watering shall cease for three (3) days to be followed by the spraying of a systemic herbicide containing the active ingredient glyphosate (Roundup -Pro, or approved equal). Spraying shall be at the labeled rate compatible with the eradication rate for the target weed species and shall be performed under the direction of a registered pest control advisor. After allowing sufficient time for the herbicide to kill all remaining weeds (2 weeks minimum), the areas to be landscaped shall be raked or hoed as directed by the Engineer to remove any remaining weed stubble. All areas shall be watered for an additional 14 (fourteen) day period and then receive an additional application of the systemic herbicide per manufacturer's recommendation. 801-2.4 Finish Grading. The following shall be added to the last sentence of the second paragraph. ... except where water is designed to flow over the same. The following paragraphs shall be added following paragraph two: Finish grades shall be those indicated on the drawings or as may be controlled by existing installations. Grades not otherwise indicated shall be uniform, and straight graded between points where elevations are noted. Minor modeling of the ground surface may be required. Landscape areas to receive turf shall be rolled with a water drum in a north/south and then east/west direction. Low spots and high spots in the terrain shall be backfilled and tamped or bladed and spread. The resultant grade shall be smoothly, evenly contoured and compacted to 85%. The gradient shall be as noted on plans. Grading shall provide for the natural run-off of water without low spots or pockets. Flow lines shall be set by instrument and shall be the maximum gradient possible. Page 93 of 116 801-4 PLANTING 801-4.3 Layout and Plant Location. The following paragraph will be added at the end of the subsection: Quantities for shrubs and groundcovers shown on the legend are for estimate purposes only. Final quantities for plant materials installed shall be governed by the indicated plant spacing. Quantities for trees shall be verified in bid documents and discrepancies between the planting plans and the bid schedule shall be noted on bid schedule by Contractor at the time of bid submittal. In the event that designated plant location is found in conflict with underground utility or structure during the planting operation an alternate location will be selected by the City. The Contractor shall be responsible to notify utility companies for the spotting of underground facilities prior to plant acquisition and to make precautionary potholes where conflicts would be indicated on the plans or by field notations by utility representatives. The cost for utility notification and potholing shall be included in the other work items and no additional compensation will be allowed therefore. Container shrubs and groundcovers shall be placed on finish grade at locations indicated on planting plans for review and approval prior to planting. Contractor shall notify City 48 hours prior to scheduled review of containerized shrubs and groundcovers on grade 801-4.5 Shrub Planting The Contractor shall amend backfill as necessary per the soils test report at no additional cost to the City. (Refer to Sections 800 and 801-2.3.2). The following soil amendments and fertilizer guidelines shall be used for bid purposes only. Fill holes with backfill mixtures as specified below: 1. The following material shall be thoroughly blended and used as a backfill mix in the surface 12" around trees and shrubs, and the backfill soil, 12" below finish grade should be amended if specified by the soil test report with only gypsum and / or iron sulfate. No mixing for individual planting holes will be permitted. Mix planting soil prior to backfilling and stockpile at the site. The iron sulfate should not contact cement surfaces since severe staining could occur. 8 parts by volume screened on-site soil 2 parts by volume Nitrogen Stabilized Organic Amendment 1 '/2 lbs. Iron Sulfate per cu. yd. of mix 1 Ib. 12-12-12 per cu. yd. of mix 5 lb. gypsum per cu. yd. of mix 2. Place plants near respective pits. Set the tablets to be used with each plant on the top of the root ball while the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified. Page 94 of 116 1 tablet per 1 -gallon container 2 tablets per 5 -gallon container 3. Remove all plants from their containers and set in plant pits. 4. Fill to proper height with amended backfill to receive the plant and thoroughly tamp the mixture before setting the plant. 5. Set plant in upright position in the center of the hole and compact the backfill mixture around the ball or roots. 6. Thoroughly water each plant when the hole is one-half filled. After water has completely drained, place planting tablets per detail. The remainder of the hole shall then be backfilled. 7. After watering, 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. Do not backfill around trunks or stems. 8. After backfilling, an earthen basin shall be constructed around each plant. Each basin shall be of a depth sufficient to hold at least six 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. This berm shall be leveled to finished grade alter the 60th day of the maintenance period, and prior to the ground cover hydroseeding. 9. 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. 10. Apply water in sufficient quantities and as often as seasonal conditions require to keep the planted areas moist at all times, wet below the root system of grass and plants. Generally, water once each day for 7 days in cool seasons, for 14 days in hot weather. Berms around shrubs and trees in slopes shall be maintained for 60 days following tree planting and then removed. 11. 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 City Representative, pruning may be done before delivery of plants but not before plants have been inspected and approved by the City. 801-4.7 Ground Cover and Vine Planting. The second paragraph shall be deleted and replaced with the following: Ground cover shall be planted in moist soil and spaced as indicated on the plant legend. 801-4.8 Lawn Planting Page 95 of 116 801-4.8.1 General. This section includes the following, as noted on plans: 801-4.9 Wood Mulch Installation Mulch installation shall consist of placing 3" thick layer `forest floor' material equal to or supplied by Aquinaga Company (949) 786-9558 over designated planter areas. See plans for areas of installation. Submit sample prior to purchase and/or placement for approval. 801-5 IRRIGATION SYSTEM INSTALLATION 801-5.1 General. The following paragraphs shall be added after paragraph three: Contractor shall be responsible to notify the City prior to start of construction to coordinate on-site inspections. Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. The work shall be installed in such a manner as to avoid conflicts between planting and architectural features, etc. All work called for in the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. 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 discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the City Representative. In the event this notification is not performed, the Irrigation Contractor shall assume full responsibility for any revisions necessary and shall perform such at his own expense. The fourth paragraph shall be deleted and replaced with the following paragraphs: The location of connection points shown is approximate. The Contractor shall contact the utility companies and coordinate the installation of the required electrical and water services. Following coordination with the utility companies, the Contractor shall make all necessary provisions to make the service connections called for on the plans at the places indicated or to the nearest acceptable point thereto as approved by the utility companies and the City Representative. Verification of the point of connections with the utility companies and the City Representative shall be obtained by the Contractor prior to the start of work. All costs for making the service connections shall be paid for by the Contractor, with the exception of any utility company fees and permit fees which are reimbursable by the City, as per Section 7-5 "Permits" of the General Provisions. Page 96 of 116 The following paragraph shall be added at the end of the subsection.- Temporary ubsection: Temporary Repairs. The City reserves the right to make temporary repairs as necessary to keep the irrigation system in operating condition. The exercise of this right by the City shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 801-5.2 Irrigation Pipeline Installation 801-5.2.1 General. The following sentences shall be added at the end of paragraph four: A minimum of twelve (12) inches clearance shall be maintained between "recycled" irrigation pipelines and non -irrigation pipelines/conduits. The following paragraphs shall be added at the end of the subsection: PVC Sleeves shall be required under areas where all hardscape materials shall be installed. Sleeving shall be done per detail on Project Plans (Minimum sleeve dimension shall be twice the diameter of pipe size. 801-5.2.3 Plastic Pipeline. The following shall be added to the end of paragraph one: PVC to metal connections shall only be accomplished by PVC male adapters screwed into metal fittings. Teflon tape shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. The following paragraph shall be added following paragraph four: Handling of PVC Pipe and Fittings. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe are to lie flat and not to be subjected to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded and, if installed, shall be replaced with new piping. Pipe and fittings shall not be stored in direct sunlight. 801-5.3 Installation of Valves, Valve Boxes, and Special Equipment Paragraphs three, four, five, and six shall be deleted. 801-5.4 Sprinkler Head Installation and Adjustment. 801-5.4.2 Location, Elevation, and Spacing. The third paragraph shall be amended to read as follows: Sprinkler heads shall be installed 6 inches from the adjacent vertical elements projecting above wade such as walls, planter boxes, curbs, and fences in shrub areas. Sprinkler heads shall be installed 4 inches from adjacent vertical elements projecting above grade such as walkways, walls, planter boxes, curbs, and fences in turf areas. Page 97 of 116 801-5.6 Flushing and Testing. 801-5.6.1 General. The following paragraph shall preface the subsection: Flushing of the lines shall be done before quick coupling valves and remote control valves are in place. All open ends shall be piped (temporarily to exhaust flushing water up and out of the trenches.) No water will be permitted to fall into the trench. Flushing procedure will be to first open the ports nearest the source, then recap, and move progressively towards the end of the line, with only one open port flushing at any one time. Amend the last sentence of the first paragraph by adding "and approved in writing" by the Senior Landscape Planner at the end of the sentence. Add the following paragraph to the end of the subsection: When the irrigation system is completed, a coverage test shall be performed by City Staff to determine if the water coverage for planting areas is complete, adequate, and avoids overspray onto walks, roadways, and buildings as much as possible. The Contractor shall furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Drawings, or where the system has been willfully installed as indicated on the Drawings when it is obviously inadequate, without bringing this to the attention of the City inspector. This test shall be accomplished before any ground cover is planted. The Contractor shall request the presence of the City in writing at least forty-eight (48) hours in advance of testing. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. 801-5.6.2 Mainline and Lateral Pipeline Pressure Test. Pressure test at the end of the first paragraph shall be amended to read: Mains 6 hrs. at 150 PSI. Laterals 2 hours at 100 PSI. 801-6 MAINTENANCE AND PLANT ESTABLISHMENT 801-6.1 General The following paragraph shall be added following paragraph six: The Contractor shall be responsible for detecting diseases and pests (including rabbits, gophers, groundhogs, rodents) as soon as they are present and shall take immediate action to identify, control, and remove the disease or pest. Pest control programs of all mammals shall be done without extermination and as approved by the City's Authorized Representative. Plants shall be maintained in a disease and pest free condition. A Page 98 of 116 licensed pest control operator shall be maintained to recommend and apply pesticide, herbicides, and fungicides. Contractor shall be responsible for removal of gophers and moles from site and repair any and all damage attributed to their presence. Damaged plant material due to vertebrate pests (rabbits, gophers, groundhogs, etc.) shall be replaced immediately by Contractor at no cost to City. Dead dying and damaged plant material shall be removed at no cost to the City. Maintain all planting starting with the planting operations and continuing for 90 calendar days after all planting is complete and approved by the City in writing. The maintenance period will not commence until all planting has been approved in writing by the City. Maintenance shall include, but not be limited to, all watering, irrigation repair, weeding, mowing, edging, cultivating, spraying, and pruning necessary to keep the plant materials in a healthy growing condition and to keep the planted areas neat and attractive throughout the maintenance period. The lump sum price paid for the maintenance period shall include all costs for water (from the new water meter installed only), watering, irrigation repair, weeding, mowing, edging, cultivating, spraying, and pruning necessary to keep the plant materials in a healthy growing condition and to keep the plant areas neat and attractive throughout the maintenance period. Upon the 60th day or thereafter, dirt berms around trees and shrubs shall be leveled. Provide all equipment and means for proper application of water to those planted areas not equipped with an irrigation system. Protect all planted areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. During the maintenance period, all plants and planted areas shall be kept properly watered and weed -free at all times. Irrigation schedule shall comply with AB325 and Certified Irrigation Auditor's parameters. In order to expedite the plant establishment work, the Contractor shall maintain a sufficient number of men and adequate equipment to perform the work herein specified from the time any planting is done until the end of the final maintenance period. The Contractor will be relieved from maintenance work when the plant establishment and maintenance work has been completed to the satisfaction of the City. Damage to planting areas shall be replaced immediately when seen by Contractor. Damage observed by the City shall be replaced within 24 hours of notification to the Contractor. Depressions caused by vehicles, bicycles, or foot traffic, are to be filled and leveled. Replant damaged areas. Page 99 of 116 Apply a pelletized fertilizer blend of 15-15-15 at the beginning and at every 30 -day maintenance interval at the rate 350 lbs. per acre until the designated end of the maintenance period. A 90 -day maintenance program shall consist of three fertilizer periods. Apply 25 lbs. Gro -Power Plus per 1,000 square feet at 25th and 55th day of 90 day maintenance period. Contractor shall be responsible for removal of rodents, slugs, snails, and cutworms from site as required and repair damage as above. All paved areas will be broom cleaned and/or washed and maintained in a neat and clean condition at all times, as directed by the City. AQMD and WQMP practices shall be observed. Air blowers shall not be allowed. Replacements. At the end of the maintenance period, all plant material shall be in a healthy growing condition. During the maintenance period, should the appearance of any plant indicate weakness and probability of dying, immediately replace that plant with a new and healthy plant of the same type and size without additional cost to the City. The Contractor, within ten (10) days of notification by the City, shall remove and replace all guaranteed plant materials which for any reason fail to meet the requirements of the guarantee. Replacement shall be made with plant materials as indicated or specified for the original planting, and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. Clean -Up. Upon completion of the work in this section, the Contractor shall clean-up and remove from the area all unused materials and debris resulting from the performance of the work as directed by the City. 801.6.2 Charts, Manuals, and Drawings Subsection is hereby added to subsection 801-6 of the Standard Specifications as follows: 801-6.2.1 As -Built Drawings Contractor shall provide City Representative with Landscape Architect signed "as -built" heavy weight drafting film originals of all project construction document plans, reflecting all "as -built" conditions for all project elements and two (2) sets of edge bound plots at the completion of the project at no additional cost to the City. Contractor shall provide two (2) sets of surveyed electronic files in CAD and PDF format. One (1) set shall be delivered to the City for permanent recordkeeping purposes. Page 100 of 116 Contractor shall dimension from two (2) permanent points of reference, building corners, sidewalk or road intersections, etc., the location of the following items: Gate valves Sprinkler control valves Routing of control wiring Rain gauge Quick coupling valves Point of connection components (meters, backflow preventors, etc.) Other related equipment as directed by the City Significant changes in routing of lateral lines from those indicated on the plans Delivery. On or before the date of the final inspection, the Contractor shall deliver the corrected and completed design documents to the City. Delivery of the final heavy weight drafting film will not relieve the Contractor of the responsibility of furnishing required information that maybe omitted from the prints. 801-6.2.2 Controller Charts As -built drawings shall be approved by the City before the Contractor prepares the controller charts. Provide two (2) controller charts for each controller supplied. The chart shall show the area controlled by the automatic controller and shall be the maximum size which the controller door will allow. The chart is to be a reduced drawing of the actual "as -built" system. However, in the event the controlled sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. The chart shall be a blackline or blueline print and a different color shall be used to indicate the area of coverage for each station. When completed and approved, the Contractor shall hermetically seal the chart between two pieces of plastic, each piece being a minimum of 10 mils thick. These charts shall be completed and approved prior to final inspection of the irrigation system. 801-6.2.3 Manuals of all Equipment and Certificate of Substantial Completion Page 101 of 116 Operation and Maintenance Manuals. Prepare and deliver to the City within ten calendar days after substantial completion of the project, three hard cover binders with three rings containing the following information - 1 . nformation: 1. Index sheet stating Contractor's and subcontractor's license numbers, address, and telephone number and list of equipment with name and address of al local supplier's and manufacturer's representatives. 2. Catalog and specification `cut' sheets materials for all hardscape and softscape and equipment installed under this contract. 3. Guarantee statement. The guarantee for the sprinkler irrigation system shall be made in accordance with the enclosed form. The Contractor shall file a complete copy of all substantial completion forms and irrigation guarantee prior to the acceptance of project by the City. The guarantee shall be included in the operations and maintenance manual of all equipment throughout the park. The guarantee shall be typed onto the Contractor's letterhead. 4. Complete operating and maintenance instructions on all major equipment. In addition to the above mentioned maintenance manuals, provide the City's maintenance personnel with instructions for major equipment and show evidence in writing to the City at the conclusion of the project that this service has been rendered. 801-6.3 EQUIPMENT 801-6.3.1 Loose Equipment to be Furnished. The following subsection shall be added (confirm each item with the City Inspector prior to actual turn -over): The Contractor shall supply as a part of this contract the following tools: 1. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. 2. Two (2) five foot valve keys for operation of gate valves. 3. One (1) quick coupler key and matching hose swivel for every five (5) of each type of quick coupling valve installed. 4. Six (6) spray nozzles of each type specified on the legend. 5. One case of spray bodies of each manufacturer specified on the legend. Page 102 of 116 6. One case of rotors of each manufacturer specified on the legend. Two (2) gate valves - line sized - as specified on the legend. 8. Two (2) keys each for controller and controller enclosure doors. a. One RainMaster remote for each controller The above-mentioned equipment shall be turned over to the City at the conclusion of the project. Before final inspection can occur, evidence that the City has received material must be shown to the City Representative. 801-7 GUARANTEE The text of the subsection shall be deleted and replaced with the following: The guarantee period shall begin upon written notice by City of substantial compliance with plans and specifications has been achieved by Contractor. Upon acceptance, all construction shall be guaranteed by the Contractor for a period of one year against defects in materials and workmanship. Any settling of backfill trenches which may occur during the one year guarantee period shall be backfilled, compacted, and transitioned smoothly with adjacent gradients to the City's satisfaction by the Contractor without expense to the City, including the complete restoration of damaged planting, paving, or other improvements of any kind. The Contractor, within ten (10) days of notification by the City Representative, shall remove and replace all guaranteed plant materials which, for any reason, fail to meet the requirements of the guarantee. Replacement shall be made with plant materials as indicated or specified for the original planting and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. Page 103 of 116 GUARANTEE FOR IRRIGATION SYSTEM We hereby guarantee that the irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear, and unusual abuse, or neglect accepted. We agree to repair or replace any defects in material or workmanship, including settling of backfilled areas below grade which may develop during the period of one year from date of acceptance and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the City. We shall make such repairs or replacements within 72 hours after receipt of written notice. In the event of our failure to make such repairs upon written notice from the City, we authorize the City to proceed to have said repairs or replacements made at our expense and we will pay the costs and charge therefore upon demand. PROJECT: LOCATION.- AGENCY: OCATION: AGENCY: SIGNED: (Contractor) ADDRESS.- PHONE: DDRESS: PHONE: DATE OF ACCEPTANCE: Page 104 of 116 801-8 PAYMENT [Add prior to first paragraph] The payment for the irrigation system and all appurtenant installations indicated on the drawings and described in these specifications shall be included as part of the Lump Sum Contract Price in the Proposal Bid Form. The payment for the installation of turf shall be made as part of the Sum Contract Price. The payment for maintenance of the work per the drawings and the specifications shall be made as part of the lump sum Contract Price 90 -day Maintenance. The payment for the planting and installation of trees, shrubs, and ground cover shall be included in the Contract Lump Sum Contract Price. The cost of soil amendments, fertilizing and soil conditioning, weed control, and finish grading shall be included in the Lump Sum Contract Price. END Page 105 of 116 APPENDIX A Existing Palm Tree Transporting / Storage / Transplanting a. General Successful re-establishment of transplanted palms depends on rapid regeneration of roots, avoiding damage and injury to the palms during transit and handling, and maintaining sufficient soil moisture around the root balls during holding stage and after re -planting. 1) The work done hereunder consists of the preparation for moving, digging, transporting, storage, transplanting and maintenance of existing palms to be transplanted, as indicated on the Plans. All work will be performed in accordance with the American National Standard Institute (ANSI) A300 (Part 6) — 2012 for Tree Care Operations — Tree, Shrub, and Other Woody Plant Management Standard Practices (Planting and Transplanting) and Best Management Practices (Tree Planting) by the International Society of Arboriculture (2005). 2) The Engineer shall be involved in all stages of the digging, transporting, storage and transplanting. 3) Protect the palms in place prior the transporting of the palms to the replanting area. Erect barricades or signs as necessary to prohibit work, heavy vehicles, storage of materials, trenching, or any other activity detrimental to palms from occurring in proximity to the palms. Notify the Engineer of any intention to work within 2' proximity to palm trunk and gain approval prior to Work. 4) Obtain the services of a Certified Arborist (certified by the International Society of Arboriculture) for the duration of the preparation for transplanting, digging, transporting, planting, and maintenance. Prior to transplanting, all palms are to be inspected by the Certified Arborist to evaluate the palms health and vigor, and shall provide written certification of findings and recommendations. b. Submittals 1) Prior to beginning Work, photograph entire profile of all palms from at least two sides. 2) Submit one set of 4 inch x 6 inch color prints to the City. Each palm shall be numbered and tagged to correspond with the Certified Arborist report to identify those palms suitable for transplanting. C. Quality Assurance Page 106 of 116 1) Contractor shall have or shall hire a subcontractor who has a California State Contractor's C-27 License and a minimum of three years' prior experience in preparation, transporting and transplanting similar sizes and types of palms. A Certified Arborist provided by the Contractor shall be present on the site to supervise all palm transplanting operations. 2) Examine condition of palms to be transplanted. Immediately notify the Engineer of any unsatisfactory conditions detrimental to successful relocation. Beginning the preparation and transplanting of palm means acceptance of conditions by Contractor. 3) Comply with all Federal, State and Local codes, ordinances, safety orders, and regulations of all authorities having jurisdiction over the Work. d. Guarantee Should any palm fall during the preparation, digging and transporting, supply the Engineer with replacement plant material of similar or approved equal quality and size. Engineer is sole judge of need for replacement. e. Permits and Fees Obtain and pay for permits and fees for the closure of roads, redirection of traffic, the alteration of overhead lines, wide loads, or any other related change in the normal traffic flow at no additional cost to the City. f. Scheduling of Work 1) Schedule and conduct all work which will interfere with flow of vehicular traffic as required by local agencies and as approved by the Engineer. 2) Notify the Engineer a minimum of seven (7) days in advance of preparation for transporting and digging. Schedule work to avoid traffic and parking disruption to the extent possible. 3) Refer to Planting Plans for Transplanted Palm Location for Bid Purposes Only. Contractor shall coordinate with the City staking of the palm locations. Palm trees shall be planted at their new locations or to the storage area the same day they are moved. 4) Transplanting palm trees shall be performed between March 15th and October 15th, unless otherwise directed by the Engineer. e. Materials 1) Pruning sterilant: Physan 20, or approved equal. Page 107 of 116 2) Fungicide: "Subdue, Maxx + Cleary's 3336 (2 ounces of Subdue and '/2 Ib. of Cleary's per 100 gallons of water)" or approved equal. 3) Fertilizer and amendments: As specified by Certified Arborist . f. Preparation, Digging, Transporting of Palms 1) De-fronding, Tying and Diamond Cutting Palm trees shall be inspected by Certified Arborist prior to preparation of palms to be transported and transplanted. ii. In preparing palm trees for relocation, under the supervision of the Certified Arborist remove all dead fronds and clean the entire trunk to the height of green fronds. Care shall be taken to prevent injury to the trunk of the tree. Neatly cut off green fronds below horizontal position leaving a 4 -inch stub. iii. Tie together all remaining fronds around the crown in an upright position. Due caution shall be taken not to bind or injure the crown. Use a light weight rope or cord not less than '/4 inch in diameter in tying up the fronds; wire is not permitted. After tying, cut the tips of the fronds as directed by the Certified Arborist. Complete de- fronding and tying prior to digging the root ball. Submit documentation that palm trees have been reviewed by a Certified Arborist iv. Trees shall be skinned to clear cut, the lowest untrimmed petiole, under the supervision of the Palm Specialist Certified Arborist. Saw blades shall be sterilized between each tree with 50% household bleach and 50% water for five minutes. Diamond cutting shall be done while palm is laying down. 2) Digging the Root Ball No excavation shall be done closer than 12 inches the trunk at ground level. Palms shall be dug to retain a root ball of at least 12 inches of fibrous roots extending out from the trunk. The soil adjacent to the palm shall be thoroughly watered several days before digging, which will ensure optimal water status of the palm and allow for maximal soil adhesiveness. The excavation shall extend below the major root system to a minimum depth of 4 feet. Cut off the bottom of the root ball square and perpendicular to the trunk below the major root system. Under no conditions shall the Contractor reduce the size of the root ball. Wrap exposed root ball with wet burlap or self-adhesive polyethylene, as directed by the Certified Arborist, to protect the fibrous roots during transportation. Holes resulting from the removal of transplanted palm trees, shall be backfilled the same day the trees are removed. Root balls shall be moistened regularly so they do not dry out. Page 108 of 116 3) Transporting Do not free fall, drag, roll, or abuse the tree or strain on the crown at any time. Use a protective device around the trunk of the tree while lifting or transporting so as not to scar or skin the trunk in any way. This device shall consist of either a rubber or leather webbing lift sling made out of timbers sufficiently sized to withstand cable / choker pressure. Do not disturb root ball on removed trees or lay trees on the ground with root ball left exposed to direct sunlight and air. The root ball should be kept moist and shaded at all times. Transplanting should be completed as soon after the palms being dug as possible. Prepare necessary permits for transporting to storage field as designated by the City. Notify the City seven (7) working days prior to transporting the plans. 4) Replanting Excavated planting pit shall be as deep as the root ball and twice as wide to accept the palms and as directed by the Certified Arborist. Determine the water percolation rate for each hole / trench by filling the hole / trench with water, allowing it to drain completely and refilling the hole / trench with water. If the hole / trench fail to drain completely within a 24-hour period, then excavate to break through the impermeable layer or provide a thick layer of sand under the root ball. The slower the percolation rate, the deeper the sand layer must be beneath the root ball. Trees shall be spaced a minimum of 10 feet on -center in both directions. Backfill trench with 100% washed concrete sand and apply water to the full depth. No transplanting shall be done except in the presence of the Certified Arborist. Palms shall be planted vertical and at grade with the level of the surrounding native soil. The soil backfill must be installed in stages and firmly tamped to remove air pockets. Once completed the palms shall be flood irrigated. When the palm trees are planted, a fungicide "Subdue, Maxx + Cleary's 3336 (2 ounces of Subdue and '/2 Ib. of Cleary's per 100 gallons of water)" shall be applied to the roots of each palm tree in accordance with the printed instructions of the fungicide manufacturer and as directed by the Certified Arborist. A copy of said printed instructions shall be furnished to the Engineer before applying any fungicide. Fungicide to be used shall be submitted to the Engineer for approval not less than two weekdays prior to its intended use. Fungicide not approved by the Engineer shall not be used. An external support system, as per the guidelines in the Best Management Practices (Tree Planting) by the International Society of Arboriculture (2005), shall be installed in areas of frequent high winds or when root balls lack adequate mass to provide sufficient anchorage. Page 109 of 116 5) Maintenance. Maintenance will include spraying to control or prevent disease and weekly water management to include soil probing and observation of soil moisture sensing devices and palm tree pruning. Contractor shall be responsible to make necessary arrangements with the City to obtain available water to keep the palms watered for the entire duration the trees are in storage up until they are transplanted on the project. ii. Untie and remove frond ties on trees that will not be transplanted within 2 to 3 months following being moved to the storage field. iii. Maintenance of trees in the storage areas shall be performed under the supervision of Certified Arborist through the duration that the trees are being stored. 6) Clean-up Following the transplanting of all the trees from the storage field, the area shall reasonably restore to its original condition. 7) Guarantee All transplanted palm trees shall be guaranteed for a period of one (1) year from the time trees were transported and transplanted to their final locations. The contractor shall replace in accordance with the contract plans and specifications any transplanted palms that are dead or, in the opinion of the Project Manager, are in an unhealthy or unsightly condition due to inadequate or improper maintenance, or other causes. Replacement will be at no cost to the City. Page 110 of 116 APPENDIX B City of Newport Beach — Standard Details Page 111 of 116 i ItlI1 i(1h! 1;�l Y1 I I 19;';11 III)i ION f! I. IYI I I 1111' .i 1 11111 1( IN 11I'I I'l k .PI 'd 1A, I III �. I;'I" I'I t /�! i ILI�Fd' ,1 +\Idl t�tl+l i I" t�('•1 ' IWI; Ii(;11'.IIV(,'.: All 111 I'YI'I It. ISI'liAt,':I H111Y`.i1All I11 H )l IIIII W,(' IFIP+I filll 1O`•: I`>,'thtlVl `,Ii,P�I. i I I'i I11 I I±IAtd AI`II 1111 Y( I I 1'I I',f i 1111: j()0) I'd It IN I I yc , ('OkVI i( ,UII ION i I !I� I'I UI'II�I!U`I! II°.II 1 illi I !i'i';) MIM Y r I � I Itl� r'(I i I t;'11I • � '(11I')111'..i1'�I1IY 1 I i II I 'II V', I'( )': I I11 \( I i)I I' lit 1111 k 1()l N ltl I( V,, 111.1':), Isl( Y('I i I )`;I I I;U I I ON II\II AI I,A I IO1vI I )I I All Page 112 of 116 i5t CITY OF NEWPORT BEACH DEPART or PUBLIC WORKS INTERNALLY ILLUMINATED STREET NAME SIGN i _W PLIJUL I.--:! .JP! Page 113 of 116 77 L LU O c L j LU 71 LU . 0 �j LLj rz U -j al wf LL, CL: L LL, Lj a- < C:2 i5t CITY OF NEWPORT BEACH DEPART or PUBLIC WORKS INTERNALLY ILLUMINATED STREET NAME SIGN i _W PLIJUL I.--:! .JP! Page 113 of 116 P] P I'l AN I ji y ILA - I I IANI IWKI- I AW 1 il y J I I,; I ACI, II I I - I i ', INIIII I I,' I I I I k I I I I& I [-( If Ilk, 1 "1111) 1 1 (lIi: I I I I '� I H IA-�;] I' II .Y1. I M I RAW: I YPI I 1001 1 M I I I- I fl -)l 2 ,'l AN'':- +YPL 1 1-()01, Al IRAN I YI 11. (j IOC1 1 1 1.4. 11 f: I OP No I 1 1,: UNI 1,1.!, G I i 11 1,11NIA INOI( ,%. I I! P-1 11 1 JI ,, ''.1 IAI I ';I Ill AN Y111: 1) 1 k)tWI; 1.I 1,1x I ISI ,,Y.1". Ir UP" 17.1 IN I IIF I IJJ I I TL) IN I 111. ; ANI, I I -NI I Y: 1) 1: 11 '.1 11.1iti PI ACI I I Al' I ?-11,111 1A I I I Y IN Al NAM 1 14 ; I M1 1 1 1111 OP I R Y -CV, A++ A HAV rylt I NI 0- -1 1 If:.:W Ol 1I CI OR, , -AIN I N 1 1 >I,j lfj()I2, I I IM ( (%ISl i "I)l :Ill ' [I,(, "Ill) ');!';.1.. 11 1 !111: ( Al MMc I�kflfl [III 1w111 F DI IAII - I'l K I I , A, I pj: A IAI I I1: I yl 11 "'. I I )()I 1 1), , I I. I ( JI 2. I I -Al I ;N ' NU I -," I )1 (:% ';s1/t11 1A I "I't 11. 11,11 I.JIAIJ N Irj1;!AIIII.:NI'.I Ai I2.AP-1(, "INIIIAI-N) Ill AiN I', 1,AAMI) II, Ai. 1,11AII 1,11 !!Ijl VITI I lij,,4IANI 'I (W \1 "'Vilill" 1.1 Wh DI"I'Al" 11)(YP OF i 03, 1 -A Page 114 of 116 "kill kN 1', 1111 ( LIN KYA''I 1N-1 A PA P I ilii -ii 44 VANIANC, I W`TA 11 II ILIF r, Fy I IV- F 10( )I' I ) I I I I t al: N Yl_ 11a ;('Al F) `MiA A I F PV I -A I I (%I1)1)11 I41>, I YI 11 - I 100 1 1 1 ) I II I 11 [4t. I f I () '-Yt AIF) III at I I I )I - II I., I is f Ni I f )I N 1101.1( Page 115 of 116 "N W IAl I N I I It Al M 'J!'I K", I If I �J I 'J ;V I N I 11)" j iM ('()N( RI !I IYIII('/\l ';1(&-J I N 4d A I I A I I ON 'k P,I I UAl I lit I ANII 1.N.11 .1/1 11 It 11-1 t'11; ( W N I A Mt I i I T-11 11111 WNP'l 4 1"! ;1'1 I I ( I IVI 11 1 1 aNl I 1." N I I1 "(14 1 it,, 'I'll A I I W-11 I M I! tl 14,1! NI )'.I UIJ I I I 1 ".14 r I I It K N I I ",.I I V4 I N I SI 1 4 11,11 1 1 Al ", I I I f"I I I !.j I N I ."k I i I i N I I II I A, .1 IA! 1 .1 hd`.IP,II I I( 'A I A bl I I I I r A I It ;H t udi( 1:1 ANt I 'It I it IM 1 )11.1 1 11 1 PA( I W ' I IAI P •,% I I I, I,I I 'I I i I I I N.1 I "d i IND;I N N I I P-1 ; I ll�j I W, I? I V'j AN I 'k"V K! I 1A I I I I !d( I I A I f'.I! I I I I VA 1 ( IJ I/I I illil"k AP -1i ,I All ll API'i I H I ht , I 1,1, -�l "NAW 1:101, 11, IN', I til I A I I( T'I' 'C I AlI I A I I I -I 1( I I I It .1 , d 1, Alv'p. !'I 111 11"fl, '•11 , I I I I i(.j III I" W;'W ly !["11% 1 1 'tV.11 ',I IAI I P1 1' I ) w, I , t', ll11 IT Al I Ii t"; ',I] 'i 101, . I A I I I I ) I :(.I 11'! 1�"( I Pj I I hif '0 1 1 11)1 1 112 „'Ai A.11 hfi I Al I ii AlA ( I 1 00 111 H. "&A\ I't, )1", 1 "11 1 P1 I I I \AW, 11, I Y1'ICA1. I RIA1.14C, .1) 1 1\1 IN'.) I A1,1 A I 1\1 t j} f �, I v I I I k Page 116 of 116 '. 523 526 525 526 527 Q 526 527 w 526 527 524 1520 521 z 522 521 522 523 Q 521 Q 522 521 w 520 Z c*1 517 518 517 > 516 519 518 z0 519 518 519 ¢ 516 514 515 o 512 515 1512 0 515 514 515 512 ^p 508 513 z 510 511 Z 1510 509 � 508 505 0 508 504 0 0 506 IMI, N m 505 Z 506 503 0 504 } 01 I 3130 U 13030 N N 501 500 501 500 lb 0� 0 3017 465 ti 478 o 464 465 450 is 2801 XVIO 442 cl z 0 460 461 460 446 451 438 474454 457 454 455 442 445 434 466 r 453 430 U 462 l 0 3D00 5 N o 0 51 N N o N 3 N N o 0 1 N N 424 l^ v J N N is avoaa0 422 I 4454 o o "' o o 418 Z446 - 445 4402 442 443 N N N 4 Z N N NN41 �35 W437 Q (n 432 / 436 439 438 441 I 1434 4 4 - - - - 07 W W 428 433 432 435 435 435 424 425 rc 400 w �-' U 424 429 428 431 w 430 431 430 428 433 418 423 (n Q > 411p 425 424 427 0l 426 4110 424 427 414 Q a- 427 420 423 408 �41421416 420 421 41� 418 421 406 415 412 416 113 / 412 414 415 c0 I 4 13 q1 40g / 413 408 D q08 2 410 411 N N N oP / 4 406 4019 06 �Q 404405 w 407 408 900 2904 o 00 401 O� 404 ��v 400 000 401 Q 400 9083140 C I � 400 36� GT O 067 406 BEACON STREET N 33> �O 344 348 ^ j 343 o n N j T- a� 338 3 �a 337 333 Z 39 340 / ry a �-d 0 333 332 333 / �� z 329 Q 3�6 326 3 / 330 Q 324 9110 0 2> 3 325 3 26 320 -92 r U Lo 2E Z \ 320 327 324 / 318 321 31 2y329�d n/ v w Q w = 3110 I 316 317 'y3 U 6 M 318 3j6 314 315 29�9Ap c 1 W m W 312 313 I 308 311 Q O 30� / 309 U uQ 2948 w — > o o -- 3�6 308 o 300 / 308 G�\� STREET W Z Q� (� L7 1- 00 306 Q o N m v o O 303 o 0 0 0 0 >-� z W W Z W Z Z 0 ,5N2 30 O 0 , ) ��� 301 w 0' W m �6 3AR1a ��I10 248 c O 0 D y 2S4 r 3001 N / 250 248 D o u° N JOLLJ U)� I- W _ W = Cn 0 300 ��r N 246 241 237 �= U) w W J W�Q� J W W 0 237 230 233 244 0W 0 0 d l 240 233 Q 226 231 229 222 225 r 232 22S 218 221 d� 0 p 228 214 217 ST HWY. l 'Op,O 210 215 WEST O • 206 209 N 202 201 a O� �Q N O X01 2 G r �O r Z 3� LL 0 W Q W