Loading...
HomeMy WebLinkAboutC-7807-2 - East Coast Highway and Marguerite Avenue Pavement RehabilitationCITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 Fnx newportbeachca.gov November 29, 2023 All American Asphalt Attn: Mark Luer 400 East Sixth St. Corona, CA 92879 Subject: East Coast Highway and Marguerite Avenue Pavement Rehabilitation C-7807-2 Dear Mr. Luer: On November 29, 2022, 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 December 8, 2022, Reference No. 2022000401414. The Surety for the contract is Fidelity and Deposit Company of Maryland and the bond number is 7667230. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure jremium is for contract term and is subject to adjustment based on final contract price Executed in: 2 Counterparts CITY OF NEWPORT BEACH BOND NO. 76672.30 The premium charges on this Bond is $ 13,284.00 , being at the rate of $ 3.95 — thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt hereinafter designated as the "Principal," a contract for mobilization, demobilization and cleanup; distribution of construction notices to existing businesses and residents; providing CalRecycle grant documents; preparing and updating schedule; best management practices (BMP); attending weekly construction meetings; potholing existing utilities to protect in place; removal of in -ground flashers; design traffic control plans and traffic control plan implementation; surveying; survey monument preservation and restoration; utility company coordination and ver6ation; clearing and grubbing; tree removals; concrete curb and gutter, concrete cross gutter, concrete spandrel, concrete sidewalk, concrete access ramps and truncated domes, concrete driveway approaches, concrete alley approaches, and concrete local depression; removal of existing roadway improvements; subgrade preparation; full depth pavement section repairs; cold mill of existing pavement; construction of asphalt concrete (AC) pavement leveling course and asphalt rubberized hot mix (AHRM) surface course; remove and install utility valve box and covers to grade; adjust manhole frame and covers to grade; install new manhole frame and covers; adjust OCSD manhole frame and cover to grade and reinstall PVC liner; remove and install electrical pull box; install traffic signal detector loops; Install traffic signage improvements; striping and painted curb improvements; removal of in -ground flashers; as -built plan preparation; and all other work required by the contract documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland _ duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Three Hundred Sixty Three Thousand Fifty six Dollars and 001100 ($3,363,056.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. Ail American Asphalt _ Page B-1 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. 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, All American Asphalt Page B-z IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 15th day of December 20 21 . All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900 Los Angeles, CA 90017 Address of Surety (213) 270-0600 Telephone APPROVED AS TO FORM: CITY ATTORNEY'ATTORNEY'§ OFFICE Date: / a- 2` 2-/ / By. 7�' l4Arn5e G(fy Agthori .edSS�re/Title E:otwa.—�! �IsaV.VVtGa-tves•oaen�- 1�-foecac.�..1�ia0�/�J Authorized Agent Signature Rebecca Haas -Bates, Attorney -in -,Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED All American Asphalt —' Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv. or validi1v of that document. State of California County of Riverside On December 15, 2021, before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Neal algner(sy who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) Were subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/heNthek authorized capacity(ies), and that by his/he4their signature(s) on the instrument the person(s), or the entity upon behalf — _ ` of which the persons) acted, executed the instrument. KENO NA NAZARI Q NotaryPublic-California ll certify under PENALTY OF PERJURY under the laws of the State of Riverside County California that the forgoing paragraph is true and correct. Commission N 2318601My Comm. Expires Jan 10, 202A WITNESS my n and official seal. I Signatur Place Notary Seal Above dgnature or r otary Public OPTIONAL !YX- Though the information below Is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Performance Bond — City of Newport Beach Document Date: December 15, 2021, Number of Pages: 6 Signers) Other Than Named Above: Rebecca Haas -Bates Attorney -in -Fact Capacity(ies) Claimed by Signers) Signer's Name: Edward J. Carlson ❑ Individual X Corporate Officer —Title(s): Vice President ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee to Other: Signer is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer —T ❑ Partner 0 ❑ Limited ❑ ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: Top of thumb here "*Please See Attached" A notary public or other ottioer complenng mis certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of i ss. On 20_ _ before me, _ Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/her/their authorized capacity(les), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other ottlaer compeung mis 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 138. 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) Ali American Asphalt Page B-4 CALIFORNIAALL-PURPOSE ii. ,rt +.r fir: r: <�'• :�. ��{ �<.:�. �... u... ��41� a ma's •, /" i:C•r'::n'. i `<{.-{•< n• .. •. �sy' ,a293< tee. 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 ,12/15/2021 before me, Liliana Gomez, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates NameW.,of Signer(4 who proved to me on the basis of satisfactory evidence to be the persons) whose name(6$ is/are subscribed to the within Instrument and acknowledged to me that ine/she/they executed the same in Rts/her/their authorized capacity l�, and that by hWherfttteir signature4on the instrument the person(* or the entity upon behalf of which the person(4 acted, executed the Instrument. aacNa.� �s �a LILIANA GOMEZ �•^. Notary Public - California Orange County My Commission X 2243326 Comm. Expires May , ""' 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 Pubf�_-1� 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:Fajthful Performance Bond No. 766723ODocument Date: 12/15/2021 Number of Pages: Four (4) Slgnar(s) Other Then Named Above: All American Asphalt Capecity(fes) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates 0 Corporate Officer — Title(s): _ ❑ Partner — El Limited ❑ General D Individual RAttorney in Fact • Trustee ❑ Guardian or Conservator D Other: Signer Is Representing: _ Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer -- Title(s):� • Partner — ❑ Limited CJ General ❑ Individual 0 Attorney in Fact © Trustee ❑ Guardian or Conservator i 1 Other: Signer Is Representing: R.::ii4b/..�., OWN.' ��� .�ei.v '„•a5 �.v.� ,s,�y, .' ..er EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, AttorueV-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-Fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of file Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President, of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile tinder and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I0tb day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 15rh day of December , 2021 By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 wwvv.rgportsfelaims@,)zurichna.com 800-626-4577 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.gov February 13, 2023 All American Asphalt Attn: Mark Luer 400 E. Sixth St. Corona, CA 92879 Subject: East Coast Highway and Marguerite Avenue Pavement Rehabilitation - C-7807-2 Dear Mr. Luer: On November 29, 2022, 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 December 8, 2022, Reference No. 2022000401414. The Surety for the bond is Fidelity and Deposit Company of Maryland and the bond number is 7667230. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure -emium is included in the performance bond _xecuted in: 2 Counterparts EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 7667230 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt hereinafter designated as the "Principal," a contract for mobilization, demobilization and cleanup; distribution of construction notices to existing businesses and residents; providing CalRecycle grant documents; preparing and updating schedule; best management practices (BMP); attending weekly construction meetings; potholing existing utilities to protect in place; removal of in -ground flashers; design traffic control plans and traffic control plan implementation; surveying; survey monument preservation and restoration; utility company coordination and verification; clearing and grubbing; tree removals; concrete curb and gutter, concrete cross gutter, concrete spandrel, concrete sidewalk, concrete access ramps and truncated domes, concrete driveway approaches, concrete alley approaches, and concrete local depression; removal of existing roadway improvements; subgrade preparation; full depth pavement section repairs; cold mill of existing pavement; construction of asphalt concrete (AC) pavement leveling course and asphalt rubberized hot mix (AHRM) surface course; remove and install utility valve box and covers to grade; adjust manhole frame and covers to grade; install new manhole frame and covers; adjust OCSD manhole frame and cover to grade and reinstall PVC liner; remove and install electrical pull box; install traffic signal detector loops; install traffic signage improvements; striping and painted curb improvements; removal of in -ground flashers; as -built plan preparation; and all otherwork required by the contract documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Three Hundred Sixty Three Thousand Fifty Six Dollars and 001100 ($3,363,056.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. All American Asphalt Page A-1 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 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. All American Asphalt Page A-2 IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the -15th day of . December , 2021 . All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900 Los Angeles, CA 90017 Address of Surety (213)270-0600 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICI in C. Hao Attorney Authori ed Si tature/Title e `V � A wa. ca d L Authorized Agent Signature Rebecca Haas -Bates, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUSTBE ATTACHED All American Asphalt Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the, tmthfulness. accnracv. or validity of that document. State of California County of Riverside On December 15, 2021, before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Ni m i(d of Sign" 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/4e4their authorized capacity(ies), and that by his/heNtheir signature(s) on the instrument the person(&), or the entity upon behalf of which the person(&) acted, executed the instrument. KENONA NAZARI 1 certify under PENALTY OF PERJURY under the laws of the State of Notary Pub • California ' Riverside County California that the forgoing paragraph is true and correct. ri s Commission p 2318601 My Comm. Expires Jan 10, totn WITNESS my a d and official seal. Signatue Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Labor and Material Bond —City of Newport Beach Document Date: December 15, 2021, Number of Pages: 6 Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer —Title(s): Vice President ❑ Corporate OffiTT'e(s):o Partner ❑ o Limited o General ❑ Partner D o Li❑ Attorney in Fact ❑ Attorney in Fa❑ Trustee Top of thumb here ❑ TrusteeTop of thumb here • Other: ❑ Other: Signer is Representing: Signer is Rep esenting: **Please See Attached** ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On 20_ before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature _ (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 j ss. On 20. before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt Page A-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § I I Z. 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 Califomia ) County of Orange ) On 12/15/2021 before me, Liliana Gomez, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Namer*of Signer(s21 who proved to me on the basis of satisfactory evidence to be the persons) whose names} is/ace subscribed to the within instrument and acknowledged to me that ise/she/they executed the same in Ns/her/their authorized capacity(ibs), and that by hia/her/their signatureZ on the instrument the person(* or the entity upon behalf of which the persons) acted, executed the instrument. LILIANA GOMEZ Notary Public - Caiifornie +y=� Orange County ' Commission 4 2243326 My Comm. Expires May 20, 2022 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature wt aa" * x Signature of Nota P blic OPTIONAL Though this section is optional, completing this information can dater alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Labor and Materials Title or Type of Document: Payment Bond No. 7667230 Document Date: 12/15/2021 Number of Pages: Four 4 Signer(s) Other Than Named Above: All American Asphalt Capacity(fes) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual CdAttorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: _ ❑ Corporate Officer — Title(s): ❑ Partner — n Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: _ :<:.:c-.:«_.c:,:\:,:c:,c-,ccacc: <:�:�s<a_c<:,< �«•sc< .�:ers-:. �s-:,,:.: sue.: ..�.r Camess l • • • • • • • :1 1 • :11 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President, of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998, RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 15th day of December 2021 ` By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.repoilsfclaims r(?i zurichna corn 800-626-4577 12/8/22, 11:41 AM Batch 15087114 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder NO FEE IIIIIIIIIIIIIIIIIIIIIIIUIIIIIIIIIIIIIIIIIIIII!IIIIIIIIiIII!IIIIIIIII +$ R 0 0 r 4 1 0 0 6 2 2 8. 202200040141411:36 am 12/08/22 227 NC-5 N12 i 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 All American Asphalt, Corona, California, as Contractor, entered into a Contract on November 30, 2021. Said Contract set forth certain improvements, as follows: East Coast Highway and Marguerite Avenue Pavement Rehabilitation - C-7807-2 Work on said Contract was completed, and was found to be acceptable on November 29, 2022, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. BY P �,� �; P lic WorkstVedor 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 at Newport Beach, California. BY City Clerk https://gs.secure-recording.com/Balch/Confirmationil 5087114 1 / 10 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and All American Asphalt, Corona, California, as Contractor, entered into a Contract on November 30, 2021. Said Contract set forth certain improvements, as follows: East Coast Highway and Marguerite Avenue Pavement Rehabilitation - C-7807-2 Work on said Contract was completed, and was found to be acceptable on November 29, 2022, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. BY -1�"p J;�, �; Pu6ii6W6r4Wecfor City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ry Executed on b b , �YZ at Newport Beach, California. BY 4&JAIA L1�12 City Clerk CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 28th day of October, 2021, at which time such bids shall be opened and read for EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 $3,700,000 Engineer's Estimate Street Rehabil Approved b ram(. James M. Houlihan eputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanvlD=22078 Hard copy plans are available via Mouse Graphics at (949) 548-5571 659 W. 19t" Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" For further information, call Ben Davis, Project Manager at (949) 644-3317 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca.gov/qovernment/open-transparent/online-services/bids-rfps- vendor-registration City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................18 INFORMATION REQUIRED OF BIDDER.....................................................................19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIALPROVISIONS............................................................................................ SP-1 2 City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO.7807-2 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, 2"d Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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. Q 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (416) 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 0 be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. Authorized Signature/Title Edward J. Carlson, Vice //President Z! Date 267073 A, C-12 Contractor's License No. & Classification 1000001051 6/30/2023 DIR Registration Number & Expiration Date All American Asphalt Bidder 5 Bid Bond No. 08597423 Bid Date: 10/28/2021 City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Total Amount Bid ------ Dollars ($ 10% of Bid ---- ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION, Contract No. 7807-2 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 20th day of October 2021. All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900 Los Angeles, CA 90017 Address of Surety (213) 270-0600 Telephone G Au prized- `ignature/T-� 1paxzma t 7k�,RicdbLd Authorized Agent Signature Rebecca Haas -Bates, Attorney -in -Fact _ Print Name and Title (Notary acknowledgment of Principal & Surety, must be attached) A CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached- and not the truthfitlnes.e- accuracv. or validity of that document. State of California County of Riverside On October 26, 2021 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name,W of Signeras) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/&heAhey executed the same in his/4e4their authorized capacity(ies), and that by his/her4heir signature(s) on the instrument the person(s), or the entity upon behalf +► �=• of which the person(s) acted, executed the instrument. KENONA NAZARI t Notary Public -California I certify under PENALTY OF PERJURY under the laws of the State of " Riverside County California that the forgoing Z Commission rj 231860t 9 9 is true and correct. My Comm, Expires Jan 10, 2024 WITNESS my hp4�dfficj I seal. Signature,( /�, 'C"�yj�jyn Place Notary Seal Above Signature of Notary Public OPTIONAL t j Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bid Bond — City of Newport Beach Document Date: October 20, 2021 Number of Pages: Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact Capacity(ies) Claimed by Signer(s) / Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer — Title(&): Vice President ❑ Partner ❑ ❑ Limited ❑ General RIGHT THUMBPRINT ❑ Attorney in Fact ❑ Trustee Top of thumb here ❑ Other: Signer is Representing: ❑ Corporate Officer Title(s): _ ❑ Partner El ❑ Li Ited ❑ General ❑ Attorney in it Trustee ❑ Other: / Signer is Representing: ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. ir State of California County of ? ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) (seal) Thumbprint of Signer ❑ Check here if Capacity(ies) claimed by Signer(s): no thumbprint Trustee or fingerprint Power of Attorney is available. CEO / CFO / COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 ACKNOWLEDGMENT A notary public or other officer completing this ** PLEASE SEE ATTACHED ** certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) CALIFORNIA ' •WLEDGMENT CIVIL CODE § 1189 Cf w.C�C.c��•.a<.�a.c�C� .a....�C .. aC.c�C, C c�C,r,, .c�._vf • s,.C�•.c>C!z� ,v..aa .ate s�R!aC_c�C.w . • . C saC... f.c��.. •.A . .aC�\• . ..aC..� . 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 10/20/2021 Date before me, Liliana Gomez, Notary Public Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates NameKof SignerN who proved to me on the basis of satisfactory evidence to be the person(* whose name(6. is/are subscribed to the within instrument and acknowledged to me that fae/she/tfh@,y executed the same in his/her/tleir authorized capacityjL , and that by hWher/their signatureZ.on the instrument the person(* or the entity upon behalf of which the person(s) acted, executed the instrument. LILIANA GOMEZ notary Public - California a ? Orange Countj Commission R 2243326 :1_X) My Comm. Expires May 20, 2022 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Nota ublic OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 10/20/2021 Number of Pages: Three 3 Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual W Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — I-1 Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: <•ei .� -� =i<\C!4L4�.«� �•/«L,<'�/4�.<.v4v44�e!<.r/4. <� .• r/ L L 'L '� EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By - Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 20th day of October 2021 N"n�1y 8EAL w z I? ••' * � AM�� By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reportsfclaimsa,a,zurich na. com 800-626-4577 City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 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 Authori ed Sig ture/Title Edward J. Carlson, Vice President 9 City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name All American Asphalt FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 Project Name/Number Street Rehabilitation for Project No. 13315 Project No. 17329, Project No Project No.16353 Project Description Rehabilitation Approximate Construction Dates: From 09/2020 To:3/2021 Agency Name City of San Clemente Contact Person Gary Voborsky Telephone (949/ 361-6133 Original Contract Amount P90,09"'Final Contract Amount $ 1,990,098.13 If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A 10 16352 No. 2 Project Name/Number Annual Residential Street Rehabilitation Phase 1 Project Description Rehabilitation Approximate Construction Dates: From 5/2020 Agency Name City of Compton Contact Person Brittany Duhn To: 11/2020 Telephone (310) 605-5505 Original Contract Amount $ 5,295,068.o0Final Contract Amount $ 5.295.068.00 If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A No. 3 Project Name/Number JOC Pavement Maintenance Project Description Maintenance Approximate Construction Dates: From 7/2020 Agency Name County of Orange Contact Person Albert Rodriguez To: 8/2020 Telephone (714) 667-8800 Original Contract Amount $ 2,584,747.69Final Contract Amount $ 2,584,747.69 If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A 11 No. 4 Project Name/Number Citywide Overlay Street Improvement Project Description Street Improvement Approximate Construction Dates: From 7/2020 Agency Name City of Westminster Contact Person Theresa Tran To: 11 /2020 Telephone (714) 548-3460 Original Contract Amount $1,131,621.oWinal Contract Amount $ 1.131.621.00 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. N/A No. 5 Project Name/Number Hamilton Street & Santa Ana Avenue Improvement Project Project Description Stret Inprovement Approximate Construction Dates: From 9/2020 Agency Name City of Costa Mesa Contact Person Irina Gurovich To: 8/2021 Telephone (714 754-5324 1, 360, 022.00 1,360,022.00 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A 12 No. 6 Project Name/Number Yerba Buena Rd (South) Pavement Resurfacing Project Description Pavement Resurfacing Approximate Construction Dates: From 3/2020 Agency Name County of Ventura Contact Person Matt Maechler To: 6/2020 Telephone @05) 477-1911 298,467.40 Original Contract Amount Final Contract Amount $ 2,298,467.40 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. N/A Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. All American Asphalt Bidder 13 Authorized Sig ture/Title Edward J. Carlson, Vice President ,4114 'emieaf �'r�e�iKteKa'e�t (951)4534645 Rick Selph has been with All American Asphalt with 32 years where he has held a variety of different positions, most currently being a manager for over 20 years. As a superintendent, Rick is in charge scheduling jobs, attending meetings, consistently improving job quality and keeping accurate records of quantities used on jobs to maintain meticulous invoicing. All American Asphalt feels that Rick Selph is the best superintendent for this job because of his extensive knowledge of Orange County. References: Reza lafari City of Irvine 949-724-7545 Tom Banks City of Costa Mesa 714-925-7424 PAST WORK REFERENCES City of Ontario 303 East B Street Ontario, CA 91764 Contact: Ariana Kern (909) 395-2129 akern(aD-ontarioca.gov City of Loma Linda 25541 Barton Road Loma Linda, CA 92354 Contact: T. Jarb Thaipejr (909) 799-4400 jthaipeir _lomalinda-ca.gov City of Jurupa Valley 8920 Limonite Avenue Jurupa Valley, CA 92509 Contact: Chase Keys (951) 332-6464 ckevs@iurupavalley.org County of Orange 601 N. Ross Street, 4th Floor Santa Ana, CA 92701 Contact: Albert Rodriguez (714) 667-8800 abert. rod riquez(a)-ocpw. ocq ov. com City of Compton 205 S. Willowbrook Avenue Compton, CA 90220 Contact: Brittany Duhn (310) 605-5505 bduhn6b-zandkconsultants.com City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Contact: Joe Fuentes (714) 536-5259 ifuentesa-s urfcity-h b. o rq 2020 Fall Pavement Rehabilitation Project Contract Amount: $2,499,333.00 Start Date: 0712020 End Date: 12/2020 Pavement Rehabilitation — Barton Road Contract Amount: $768,677.00 Start Date: 04/2020 End Date: 12/2020 Granite Hill Drive Pavement Rehabilitation Contract Amount: $999,777.00 Start Date: 04/2020 End Date: 10/2020 JOC Pavement Maintenance Contract Amount: $2,584,747.69 Start Date: 07/2020 End Date: 08/2020 Annual Residential Street Rehabilitation — Phase 1 Contract Amount: $5,295,068.00 Start Date: 05/2020 End Date: 11 /2020 Arterial Rehabilitation of Graham St, Slater Ave, Newland St and Atlanta Ave Contract Amount: $5,181,955.00 Start Date: 05/2020 End Date: 11/2020 2020 PAST WORK REFERENCES City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Contact: Patricia Kharazmi (949) 644-3344 pkharazmi@newportbeachca.gov City of Westminster 8200 Westminster Boulevard Westminster, CA 92683 Contact: Theresa Tran (714) 548-3460 ttran ccD-westminster.ca.gov Crescenta Valley Water District 2700 Foothill Boulevard La Crescenta-Montrose, CA 91214 Contact: Brook Yared (818) 236-4117 byared(D-cvwd.com City of Alhambra 111 S. 1 st Street Alhambra, CA 91801 Contact: Robert Bias (626) 580-5000 rbias(D_cityofalham bra .orq County of Ventura 800 S. Victoria Avenue, #1600 Ventura, CA 93009 Contact: Matt Maechler (805) 477-1911 matthew. maechierave ntura. orq City of Camarillo 601 Carmen Drive Camarillo, CA 93010 Contact: Thang Tran (805) 388-5345 ttran cityofcamarillo.org Cameo Highlands Street Reconstruction Contract Amount: $2,425,694.00 Start Date: 07/2020 End Time: 1112020 Citywide Overlay Street Improvements Contract Amount: $1,131,621 Start Date: 02/2020 End Date: 06/2020 Final Paving of Pennsylvania Ave Contract Amount: $82,620.00 Start Date: 02/2020 End Date: 04/2020 2020 HUD Street Improvements Project Contract Amount: $300,433.00 Start Date: 06/2020 End Date: 10/2020 Yerba Buena Rd. (South) Pavement Resurfacing Contract Amount: $2,298,467.40 Start Date: 03/2020 End Date: 06/2020 Earl Joseph Drive Paving Contract Amount: $681,901.50 Start Date: 06/2020 End Date: 07/2020 2019 PAST WORK REFERENCES City of Simi Valley 2929 Tapo Canyon Rd. Simi Valley, CA 93063 Contact: Sarah Sheshebor (805)583-6792 sshesheb()-simivalley.org County of Ventura 501 Poli Street Ventura, CA 93001 Contact: Christopher Solis (805) 654-2054 chris.solisaa,ventura. orq City of Stanton 7800 Katella Avenue Stanton, CA. 90680 Contact: Guillermo Perez (714) 890-4204 gperez(cD-ci.stanton.ca. us City of Compton 205 S. Willowbrook Avenue Compton, CA. 90220 Contact: John Strictland (310) 605-5505 jstrictiand c(-comptoncity.org City of San Clemente 910 Calle Negocio San Clemente, CA. 92673 Contact: Darra Koger (949) 361-3138 kogerD(a)-san-cemente. orq City of South Gate 8650 California Avenue South Gate, CA. 90280 Contact: John Rico (323) 563-9594 irico(a)sogate. orq Simi Valley Minor Street Rehabilitation Contract Amount: $510,124.25 Start Date: 07/2019 End Date: 08/2019 Yerba Buena Area Resurfacing Project Contract Amount: $3,919,808.95 Start Date: 06/2019 End Date: 12/2019 2019 Citywide Street Resurfacing Contract Amount: $1,206,869.00 Start Date: 10/2019 End Date: 12/2019 Road Repair Service (Pothole Repair) Contract Amount: $1,019,100.00 Start Date: 08/2019 End Date: 11/2019 Street Rehabilitation for S. Avenue LA Esperanza Contract Amount: $384,055.00 Start Date: 09/2019 End Date: 10/2019 Circle Park Driveway Project Contract Amount: $268,576.00 Start Date: 06/2019 End Date: 09/2019 2019 PAST WORK REFERENCES City of Chino Slurry Seal Maintenance Work 13220 Central Ave. Contract Amount: $372,805.00 Chino, CA. 91710 Start Date: 1/2019 Contact: Dustin Postovoit (909) 334-3415 End Date: 12/2019 apostovoit@cityofchino. or City of Lancaster 44933 Fern Avenue Lancaster, CA. 93534 Contact: Greg Wilson (661) 570-8003 gwilson ulcityoflancasterca.org City of Colton 650 N. La Cadena Dr. Colton, CA. 92324 Contact: Victor Ortiz (909) 370-5099 vortiza-coltonca.c�ov City of Cathedral City 68700 Ave Lalo Guerrero Cathedral City, CA. 92234 Contact: John A. Corella (760) 770-0349 icorella(a)-cathedralcity. gov City of San Clemente 910 Calle Negocio San Clemente, CA. 92673 Contact: Gary Voborsky (949) 361-6132 voborskygAsan-clemente.orq 2018 Pavement Management Program Contract Amount: $2,720,103.65 Start Date: 3/2019 End Date: 12/2019 FY 18-19 Asphalt Paving Project Contract Amount: $1,377,700.00 Start Date: 3/2019 End Date: 11/2019 Ortega Road Widening Contract Amount: $459,998.00 Start Date: 2/2019 End Date: 12/2019 Arterial Street Pavement Maintenance Contract Amount: $1,187,187.00 Start Date: 3/2019 End Date: 7/2019 2019 PAST WORK REFERENCES Pardee Homes 1250 Corona Pointe Court, Ste. 600 Corona, CA. 92879 Contact: Nick Lasher (951) 428-4442 nick.lashera-pardeehomes.com City of Fontana 8353 Sierra Avenue Fontana, CA. 92335 Contact: Kimberly Young (909) 350-7632 kvouna cVontana.orp DR Horton 2280 Wardlow Circle Ste. 100 Corona, CA. 92880 Contact: Keith Alex (951) 830-5872 kalexO-drhorton.com Irvine Community Development Company 550 Newport Center Dr. Ste. 550 B2 Newport Beach, CA, 92660 Contact: Mike Morse (949) 720-2560 City of Downey 11111 Brookshire Avenue Downey, CA. 90241 Contact: Desi Gutierrez, (562) 904-7110 dgutiern5downeyca, org Railroad Canyon Widening Contract Amount: $5,062,746.00 Start Date: 11/2018 End Time: 08/2019 Citrus Avenue Improvements Contract Amount: $502,730.00 Start Date: 08/2018 End Date: 10/2019 Singlton Road Contract Amount: $1,684,000.00 Start Date: 07/2018 End Date: 12/2019 Portola Springs PA-6 Enclave 5B Phase1, 2 Contract Amount: $2,055,055.00 Start Date: 09/2018 End Date: 12/2019 FY 18/19 Slurry Seal Project Contract Amount: $313,425.87 Start Date: 06/2019 End Date: 12/2019 City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Riverside ) Edward J. Carlson being first duly sworn, deposes and says that he or she is Vice President of All American Asphalt , the 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 party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that th�egoing is true and correct. All American Asphalt Bidder Authorized Signa ut re/Title Edward J. Carlson, Vice President Subscribed and sworn to (or affirmed) before me on this day of , 2021 by , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before m 1 certify under PENALTY OF PERJURY under t Hof the State of California that the foregoing paragraph is true and correct. [SEAL] 14 Notary Public My Commission Expires: CALIFORNIA JURAT GOV CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside KENONA NAZARI *my Notary Public • CaliforniaRiverside County Commission # 2318601 Comm, Expires Jan 10, 2024 Subscribed and sworn to (or affirmed) before me on this 26th day of October 2021, Date Month By (1) Edward J. Carlson Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) (2) (and Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me.) Signature ' Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document Non -Collusion Document Date: 10-26-2021 Number of Pages: 1 Signer(s) Other Than Named Above: None Top of thumb here Top of thumb here City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 DESIGNATION OF SURETIES Bidder's name All American Asphalt Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Fidelity and Deposit Company of Maryland David Wei (213) 270-0600 777 S. Figueroa St. #3900, Los Angeles, CA 90017 Foundation Risk Partners, Corp Rebecca Haas -Bates (949) 679-7116 5530 Trabuco Rd., Irvine, CA 92620 Edgewood Partners Insurance Center Kathy Lopez (909) 919-7513 3633 Inland Empire Blvd., Suite 640, Ontario, CA 91764 15 City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name All American Asphalt Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2020 2019 2018 2017 2016 Total 2021 No. of contracts 825 933 1051 1146 1174 1052 6181 Total dollar Amount of 238,981 261,406 287,961 331,665 301,659 260,428 1,682,100 Contracts (in Thousands of $ No. of fatalities 0 0 0 1 0 0 1 No. of lost Workday Cases 0 19 12 16 16 18 97 No. of lost workday cases involving 0 0 0 0 0 0 0 permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 1 AL L AME RI CAN --ASPHALT--- AN EQUAL OPPORTUNITY EMPLOYER To whom it may concern, ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES T 951-736-7600 F 951-739-4671 P.O. BOX 2229, CORONA, CA 92878-2229 CONTRACTORS LICENSE #267073 A,C12 D I R #1000001051 On May 3, 2018, an All American Asphalt employee was struck and killed by a piece of heavy equipment on a job site in Encino, CA. Immediately after the incident, safety meetings were held on all construction crews in order to retrain employees on safe practices when working in the vicinity of heavy equipment. Topics covered included communication with operators, planning work so that employees are not close to equipment, never working in equipment blind spots, and the importance of situational awareness. All equipment is checked daily for safety defects. Employees are encouraged to speak up about safety concerns and to help each other work in the safest manner possible. Safety is a core value of All American Asphalt. Signed, David Pease Consultant Legal Business Name of Bidder All American Asphalt Business Address: 400 East Sixth Street, Corona, CA 92879 Business Tel. No.: State Contractor's License No. and Classification: 951-736-7600 267073 A, C-12 Title Corporation The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date /o/Lcn/2e Title Edward J. Carlson, Vice President Signature of bidder Date Title Michael Farkas, Secretary 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 ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. anti not the tnithfitlness. accuracv. or validity of that document. State of California County of Riverside On October 26, 2021 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson and Michael Farkas Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/she/their executed the same in his/her/their authorized capacity(ies), and that by histherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 90my KENONA NAARINotary Public -CallforniaI certify under PENALTY OF PERJURY under the laws of the State of Riverside County California that the for oin ara ra h is true and correct. Commission � 2318601 9 9 p 9 p Comm. Expires Jan 10, 2024 WITNESS my han a official seal. Signature Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Signature Page Bid Proposal — City of Newport Beach Document Date: October 26, 2021 Number of Pages: 1 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: Michael Farkas ❑ Individual ❑ Individual X Corporate Officer — Title(s): Vice President ❑ Partner ❑ ❑ Limited ❑ General RIGHT THUMBPRINT ❑ Attorney in Fact OF SIGNER ❑ Trustee Top of thumb here ❑ Other: Signer is Representing: X Corporate Officer — Title(s): Secretary ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact rop.11hu-bhere ❑ Trustee ❑ Other: Signer is Representing: ALL AMERICAN ASPHALT - AN EQUAL OPPORTUNITY EMPLOYER ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES CORPORATE RESOLUTION T 951-736-7600 F 951-739-4671 P.O. Box 2229, CORONA, CA 92878-2229 CONTRACTORS LICENSE #267073 A,C12 DIR #1000001051 Resolved, that this Corporation, All American Asphalt, on January 7, 2021, authorizes Edward J. Carlson to execute bid proposals, contracts, and agreements on behalf of the Company in the capacity of Vice President. Michael Farkas, Secretary City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name All American Asphalt The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 18 City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Corporation Business Address: 400 East Sixth Street, Corona, CA 92879 Telephone and Fax Number: 951-736-7600 951-736-7646 California State Contractor's License No. and Class: 267073 A, C-12 (REQUIRED AT TIME OF AWARD) Original Date Issued: 01/19/71 Expiration Date:01/31/2022 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Kimberly Bird, Project Manager The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Mark Luer, President 400 East Sixth Street, Corona, CA 92879 951-736-7600 Edward J. Carlson, Vice President 400 East Sixth Street, Corona, CA 92879 951-736-7600 Michael Farkas, Secretary 400 East Sixth Street, Corona, CA 92879 951-736-7600 Corporation organized under the laws of the State of California 19 ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES ookoo.\ ALL AMERICAN ASPHALT w.. :,'n.,,..I ^,n II): -­ k )IT(Ilk I UN h i' LrorLoyw CONTRACTORS STATE LICENSE BOARD ACTIVE LICENSE 0 267073 CORP ALL AMERICAN ASPHALT A C12 01/31/2022 VVIAWcsib.ca.gov UZIT The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. N/A Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes CD 20 Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. Mark Luer, President (Print name of Owner or President of Corporation/Comp ny) All American Asphalt Bidder Authorized Sig ature/Title Edward J. Carlson, Vice President Title /0/ Z- Date On before me, , Notary Public, personally appeared who PproVed 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 sa in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the pers (s),'or the entity upon behalf of which the person(s) / acted, executed the instrument. ; % I certify under PENALTY OF PERJ paragraph is true and corrects I WITNESS my hand Notary Public in Wrd for said State My Commission Expires: the laws of the State of California that the foregoing 21 (SEAL) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. anti not the truthfillness_ accuracv, or validity of that document. State of California County of Riverside On October 26, 2021 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Nam,gKof Signer(5Y 7 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 4ey executed the same in his/her/thelf 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. *my KENONANAZAif I certi under PENALTY OF PERJURY under the laws of the State of Notary Public -California fYRiverside County California that the forgoing paragraph is true and correct. Commission p 2318601 Comm. Expires Jan 10, 2024 WITNESS my d official seal. Signat e w Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bidder Information Signature Page=City of Newport Beach Document Date: October 26, 2021 Number of Pages: 1 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer — Title(s): Vice President ❑ Corporate Officer — Ti (s): ❑ Partner ❑ ❑ Limited ❑ General ❑ Partner ❑ ❑ Limited General RIGHT THUMBPRINT RIGHT THUMBPRINT ❑ Attorney in Fact ❑ Attorney in FactOF SIGNFR ❑ Trustee Top of thumb here ❑ Trustee Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: All American Asphalt City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 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 EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 30th day of November, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ALL AMERICAN ASPHALT, a California corporation ("Contractor"), whose address is 400 E. Sixth Street, Corona, California 92879, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: mobilization, demobilization and cleanup; distribution of construction notices to existing businesses and residents; providing CalRecycle grant documents; preparing and updating schedule; best management practices (BMP); attending weekly construction meetings; potholing existing utilities to protect in place; removal of in - ground flashers; design traffic, control plans and traffic control plan implementation; surveying; survey monument preservation and restoration; utility company coordination and verification; clearing and grubbing; tree removals; concrete curb and gutter, concrete cross gutter, concrete spandrel, concrete sidewalk, concrete access ramps and truncated domes, concrete driveway approaches, concrete alley approaches, and concrete local depression; removal of existing roadway improvements; subgrade preparation; full depth pavement section repairs; cold mill of existing pavement; construction of asphalt concrete (AC) pavement leveling course and asphalt rubberized hot mix (AHRM) surface course; remove and install utility valve box and covers to grade; adjust manhole frame and covers to grade; install new manhole frame and covers; adjust OCSD manhole frame and cover to grade, and reinstall PVC liner; remove and install electrical pull box; install traffic signal detector loops; install traffic signage improvements; striping and painted curb improvements; removal of in -ground flashers; as -built plan preparation; and all other work required by the contract documents (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7807-2, 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 Three Million Three Hundred Sixty Three Thousand Fifty Six Dollars and 00/100 ($3,363,056.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during All American Asphalt Page 2 the term of the Contract. Contractor has designated Mark Luer to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach All American Asphalt Page 3 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. - Attention: Mark Luer All American Asphalt 400 E. Sixth St. Corona, CA 92879 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 All American Asphalt Page 4 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. 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. All American Asphalt Page 5 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 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 All American Asphalt Page 6 negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall All American Asphalt Page 7 indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. inconsistencies between this Contract and terms of this Contract shall govern. In the event there are any conflicts or any other attachments attached hereto, the 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. All American Asphalt Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controllinq 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 Attorneys Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] All American Asphalt Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: IZ/,�,(/7 i By: V�l U vv ' ,r on C. Harp V City Attorney ATTEST: Date: /I . U -Zo 7- By: 9'1�46/1_ -Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: '/% Kevin Muldoon Mayor CONTRACTOR: All American Asphalt, a California corporation Date: Signed in Counterpart By: Mark Luer Chief Executive Officer Date: By: Signed in Counterpart Michael Farkas Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements All American Asphalt Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: ! Z/o (/Z ( j By: W U 0' C. Harp %6n Attorney ATTEST: Date: By: Leilani I. Brown City Clerk I'�1 tZ,•t•2( CITY OF NEWPORT BEACH, a California municipal corporation Date. - By: Brad Avery Mayor CONTRACTOR: All American Asphalt, a California corp ratio Date: 0-- Mark Luer Chief Executive Officer Date: / ?Y / td;_-, 2--1 By: �.�.- Michael Farkas Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements All American Asphalt Page 10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfillness aceuraev, or validity of that document. State of California County of Riverside on December 14, 2021 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Mark Luer and Michael Farkas Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/she/their executed the same in his/14e4their authorized capacity(ies), and that by h}s/#er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. #my KENONA NAZARI Notary Public • California I certify under PENALTY OF PERJURY under the laws of the State of _ Riverside CountyCalifornia that the forgoing paragraph is true and correct. Commission # 2318601 Comm. Expires Jan 10, 2024 WITNESS my and and official seal. Signatur 7 ) Place Notary Seal Above Signature of Notary Publi OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Contract Signature Page — City of Newport Beach Document Date: December 14, 2021, Number of Pages: Signer(s) Other Than Named Above: Non Capacity(ies) Claimed by Signer(s) Signer's Name: Mark Luer ❑ Individual X Corporate Officer — Title(s): President ❑ Partner ❑ ❑ Limited ❑ General RIGHT THUMBPRINT ❑ Attorney in Fact OF SIGNER ❑ Trustee Top of thumb here ❑ Other: Signer is Representing: Signer's Name: Michael Farkas ❑ Individual X Corporate Officer — Title(s): Secretary ❑ Partner ❑ ❑ Limited ❑ General RIGHT THUMBPRIr ❑ Attorney in Fact OF SIGNER ❑ Trustee Top of thumb her; ❑ Other: Signer is Representing: Premium is included in the performance bond Executed in: 2 Counterparts EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 7667230 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt hereinafter designated as the "Principal," a contract for mobilization, demobilization and cleanup; distribution of construction notices to existing businesses and residents; providing CalRecycle grant documents; preparing and updating schedule; best management practices (BMP); attending weekly construction meetings; potholing existing utilities to protect in place; removal of in -ground flashers; design traffic control plans and traffic control plan implementation; surveying; survey monument preservation and restoration; utility company coordination and verification; clearing and grubbing; tree removals; concrete curb and gutter, concrete cross gutter, concrete spandrel, concrete sidewalk, concrete access ramps and truncated domes, concrete driveway approaches, concrete alley approaches, and concrete local depression; removal of existing roadway improvements; subgrade preparation; full depth pavement section repairs; cold mill of existing pavement; construction of asphalt concrete (AC) pavement leveling course and asphalt rubberized hot mix (AHRM) surface course; remove and install utility valve box and covers to grade; adjust manhole frame and covers to grade; install new manhole frame and covers; adjust OCSD manhole frame and cover to grade and reinstall PVC liner; remove and install electrical pull box; install traffic signal detector loops; install traffic signage improvements; striping and painted curb improvements; removal of in -ground flashers; as -built plan preparation; and all other work required by the contract documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Three Hundred Sixty Three Thousand Fifty Six Dollars and 001100 ($3,363,066.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. All American Asphalt Page A-1 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 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 of 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. All American Asphalt _ �^ Page A-2 IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 15th day of December 12021 . All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900 Los Angeles, CA 90017 Address of Surety (213) 270-0600 Telephone APPROVED AS TO FORM: CITY ATTORN Y'S FFICI Date: 1 in C. Ha.,W \/ J W Attorney Authori 6edSiature/Title Authorized Agent Signature Rebecca Haas -Bates, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED All American Asphalt �� Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfidne.ss. nccurnev_ or validity of that document. State of California County of Riverside on December 15, 2021, before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(e of Signs" 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 executed the same in his/her/their authorized capacity(ies), and that by his/ 9 +the signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. �5� Tyf KENCINA NAZARI I certify under PENALTY OF PERJURY under the laws of the State of Notary Public • California Z Riverside County >= California that the forgoing paragraph is true and correct. Commission # 2318601 Comm. Expires Jan 10, 2024 + WITNESS my a d and official seal. Place Notary Seal Above Signate Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Labor and Material Bond — City of Newport Beach Document Date: December 15, 2021, Number of Pages: 6 Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer — Title(s): Vice President ❑ Corporate Officer — T' e(s): ❑ Partner ❑ ❑ Limited ❑ General THUMBPRINT ❑ Partner ❑ ❑ Limited General RIGHT _ INT RIGHT ❑ Attorney in Fact ❑ Attorney in Fact �� ❑ Trustee Top of thumb here �/ ❑ Trustee Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Rep esenting: "Please See Attached" ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of I ss. On 20_ before me, Notary Public, personally appeared _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of -ISS. On 120 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt i �� Page Z 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 12/15/2021 Date before me Liliana Gomez, Notary Public personally appeared Rebecca Haas -Bates Here Insert Name and Title of the Officer NameKof SignerN who proved to me on the basis of satisfactory evidence to be the person(} whose name(6$ is/are subscribed to the within instrument and acknowledged to me that iWjshe/they( executed the same in lits/her/tfteir authorized capacity ibsj, and that by h4s/herfthair signature(5).on the instrument the person(s),. or the entity upon behalf of which the personN 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. LILIANA GOMEZ Notary Public - California Orange County a =' L z Wes_- �- n ' Commission # 2243326 Signature - — "°"" My Comm, Expires May 20, 2022 WWWW Signature of NotarlPdblic 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 Labor and Materials Title or Type of Document: Pavment Bond No. 7667230 _ Document Date: 12/15/2021 Number of Pages: _Four (4) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates O Corporate Officer — Title(s): ❑ Partner — ❑ Limited O General ❑ Individual V Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — [I Limited 1-7 General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: G:�_:'.C'!:�.:.<'::�S:S�.�ti.`✓,:C�:<✓,S��:C.✓.:�_•!.�_!:'✓.�:.�:v :'ei,�:�',:�1.:��.�'�.:�'::�:�:C✓..L%': 4�✓,. aii.C✓.4�✓.w., ✓.�.4�,:'✓..C✓:C• .(✓.<• EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President, of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 15th day of December 2021 ON �. u_ b� �e $8AL a By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.renortsfclaimsna,zurichna.com 800-626-4577 Premium is for contract term and is subject to adjustment based on final contract price Executed in: 2 Counterparts EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 7667230 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 13,284.00 , being at the rate of $ 3.95 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt hereinafter designated as the "Principal," a contract for mobilization, demobilization and cleanup; distribution of construction notices to existing businesses and residents; providing CalRecycle grant documents; preparing and updating schedule; best management practices (BMP); attending weekly construction meetings; potholing existing utilities to protect in place; removal of in -ground flashers; design traffic control plans and traffic control plan implementation; surveying; survey monument preservation and restoration; utility company coordination and verification; clearing and grubbing; tree removals; concrete curb and gutter, concrete cross gutter, concrete spandrel, concrete sidewalk, concrete access ramps and truncated domes, concrete driveway approaches, concrete alley approaches, and concrete local depression; removal of existing roadway improvements; subgrade preparation; full depth pavement section repairs; cold mill of existing pavement; construction of asphalt concrete (AC) pavement leveling course and asphalt rubberized hot mix (AHRM) surface course; remove and install utility valve box and covers to grade; adjust manhole frame and covers to grade; install new manhole frame and covers; adjust OCSD manhole frame and cover to grade and reinstall PVC liner; remove and install electrical pull box; install traffic signal detector loops; install traffic signage improvements; striping and painted curb improvements; removal of in -ground flashers; as -built plan preparation; and all other work required by the contract documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Three Hundred Sixty Three Thousand Fifty Six Dollars and 00/100 ($3,363,056.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. All American Asphalt Page B-1 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. 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. All American Asphalt Page B-2 IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 15th day of December 2021 . All American Asphalt — Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900 Los Angeles, CA 90017 Address of Surety (213) 270-0600 Telephone APPROVED AS TO FORM: CITY ATTORI EY' ' OFFICE Date: By: a�� n C rp 9W L1,20 .� `2ity Aft me Authorized Si nature/Title �s.��n� Eolwa—r�� . ,• tso"..V/ �c� 1 I�et0��0►'�f�J Authorized Agent Signature Rebecca Haas -Bates, Attorney -in. -Fact Print Name and Title 4 NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED All American Asphalt Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfidne.ss. accuracv. or validity of that docnment. State of California County of Riverside On December 15, 2021, before me, Kenona Nazari, Notary Public Dale Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name, *of Signer(s),, s�L °` TH KENONA NAZARI Notary Public - California T Riverside County y +` Commission M 2318601 CSC p 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/the# authorized capacity(ies), and that by his/her/their signature(&) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. My Comm. Expires Jan 10, 2024 WITNESS my Knand official seal. 1 Signatur Place Notary Seal Above ignature of otary Public OPTIONAL r - Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Performance Bond — City of Newport Beach Document Date: December 15, 2021, Number of Pages: 6 Signer(&) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer — Title(&): Vice President ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: All American Asnhalt ❑ Corporate Officer — Titl ❑ Partner ❑ ❑ Limited ❑ ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: ral "Please See Attached" ACKNOWLEDGMENT A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt Page B-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 C../c�C!.CC!.CC�: Cr.�C C!:�C C C�C�' \C...\:.\• C�C_.�•.. �C�C C.aC�C..�.. C.�•:TR.=aC.:.1.0 •.cam' . C .aC..aC!.�C.nC!:CC/:�C.. NBC/:�C!s�C�.�C. 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 12/15/2021 before me, Liliana Gomez, Notary Public _ Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Name(s�,of Signer( who proved to me on the basis of satisfactory evidence to be the persons} whose name(6$ is/are subscribed to the within instrument and acknowledged to me that i:e/she/they executed the same in 1ft/her/their authorized capacity ice, and that by his/her/ltseir signatures on the instrument the person(* or the entity upon behalf of which the person(s). acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph _ is true and correct. s a LILIANAGOMEZ WITNESS my hand and official seal. Notary Public - Cahforru orangeCocnty r#° J Commission N 2243326 My Comm. Expires May 20, 2022 Signature Signature of Notary Publi 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: Faithful Performance Bond No. 7667230 Document Date: 12/15/2021 Number of Pages: Fours Signer(s) Other Than Named Above: All American Asphalt Capacity(lies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates 0 Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual V Attorney in Fact ❑ Trustee ❑ Guardian or Conservator D Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ___ _ Cl Corporate Officer — Title(s):T ❑ Partner — F1 Limited iO General ❑ Individual [_j Attorney in Fact ❑ Trustee O Guardian or Conservator O Other: Signer Is Representing: L:C±L:�-'!::`-'_/,:4:.:C'!%�.:\ i\'L:\:.:C✓.\�:�6` :�.:V6�iV :v :�'.:V :C.'-��i:U:�✓: �i ✓.�•i i'•✓: :V• LCu :C:/ii ✓G'✓ ✓i��.:\✓:\�4C_, :<✓.C✓:�!C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President, of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 15rh day of December 2021 ,• vq,� OPP. t_ - s $$AL By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.renortsfclaimsazurichna.com 800-626-4577 EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an All American Asphalt Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional 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 All American Asphalt Page C-2 (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be All American Asphalt Page C-3 entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. All American Asphalt Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. All American Asphalt Page C-5 City of Newport Beach EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION CONTRACT NO. 7807-2 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 Councilmembers: The undersigned declares that the Contractor 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. 7807-2 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: /0 /2--g2 12--d 2 Date 951-736-7600 / 951-736-7646 Bidder's Telephone and Fax Numbers 267073 A, C-12 Bidder's License No(s). and Classification(s) 1000001051 DIR Registration Number All American Asphalt Bidder Bidders Authorized Signature and Title Edward J. Carlson, Vice President 400 East Sixth Street, Corona, CA 92879 Bidder's Address Bidder's email address: publicworks@allamericanasphalt.com PR-1 Vendor Name All American Asphalt Address PO Box 2229 Corona, California 92878 United States Respondee Kimberly Bird Respondee Title Project Manager Phone 951-736-7600 Email publicworksCallamericanasphalt.com Vendor Type CADIR License # 267073 CADIR 1000001051 Bid Format Electronic Submitted 10/28/2021 9:46 AM (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 271152 File Title File Name File Type BID SUBMITTAL C-7807-2 ALL AMERICAN ASPHALT.pdf BID SUBMITTAL C-7807-2 ALL AMERICAN ASPHALT.pdf General Attachment Bid Bond C-7807-2 ALL AMERICAN ASPHALT.pdf Bid Bond C-7807-2 ALL AMERICAN ASPHALT.pdf Bic] Bond Showing 5Subcontractois Name & Address Desc License Num CADIR Amount Type Case Land Surveying Survey L 5411 1000001533 S80,500.00 614 N. Eckhoff Street Orange, California 92868 PAVEMENT REHAB COMPANY Crack Seal 1051374 1000064823 $18,950.00 1181 PRINCESS CT COSTA MESA, California 92626 SMITHSON ELECTRIC INC Loops 614518 1000001610 $57,570 00 1938 E KATELLA AVE ORANGE, California 92667 Superior Pavement Markings Signing and 776306 1000001476 $195,435.00 5312 Cypress Street Striping Cypress, California 90630 Treesmith Enterprises Tree Removal 802705 1000001838 S1,500.00 1551 N Miller Anaheim, California 92705 Discount Terms No Discount Item'# Item Code Type Item Description Section 1 1 Mobilization, Demobilization, and Clean -Up 2 Surveying, Monument Preservation, and Restoration 3 Traffic Control Plan Design 4 Traffic Control and Construction Staging 5 Clearing and Grubbing 6 Remove and Construct Concrete Curb and Gutter 7 Tree Removal 8 Remove and Construct Concrete Cross Gutter 9 Remove and Construct Concrete Spandrel 10 Remove and Construct Concrete Sidewalk 11 Remove and Construct Concrete Access Ramps 12 Remove and Construct Concrete Driveway Approach 13 Remove and Construct Concrete Alley Approach 14 Remove and Construct Concrete Local Depression 15 Crack Seal 16 Roadway Excavation for Full Depth Pavement Sections (6-Inch Excavation) 17 Roadway Excavation for Full Depth Pavement Sections (8-Inch Excavation) 18 Roadway Excavation for Full Depth Pavement Sections (10-Inch Excavation) 19 Construct AC Pavement (Full Depth Section) 20 Edge Cold Mill (0-Inches to 2-Inches) 21 Cold Mill Existing Pavement 2-Inch Maximum 22 Cold Mill Existing Pavement 2.5-Inch Maximum 23 Construct Asphalt Concrete Leveling Course 24 Construct ARHM Pavement Surface Course 25 Remove and Install New Water Valve Box and Cover to Grade 26 Remove and Install New Gas Valve Box and Cover to Grade 27 Adjust Manhole Frame and Cover to Grade 28 Install New Manhole Fame and Cover to Grade 29 Remove and Install New Electrical Pull Box 30 Adjust OCSD Manhole Frame and Cover to Grade 31 Remove and Install Traffic Signal Detector Loop 32 Install Striping, Pavement Markings, Pavement Markers and Red Curb Markings 33 Traffic Signage 34 Provide As -Built Plans UOM OTY Unit Price Line Total Response Comment $3,363,056.00 LS 1 5281,632.00 $281,632.00 Yes LS 1 581,506.00 581,506.00 Yes LS 1 550,000.00 $50,000.00 Yes LS 1 9128,616.00 $128,616.00 Yes LS 1 $18,087.00 $18,087.00 Yes LF 3720 $55.00 5204,600.00 Yes LS 1 51,519.00 $1.519.00 Yes SF 1900 $20.00 $38,000.00 yes SF 3200 520.00 $64,000.00 Yes SF 2200 $8.50 $18,700.00 Yes EA 36 $3,735.00 $134,460.00 Yes SF 1400 $18.00 $25,200.00 Yes SF 700 $29.35 $20,545.00 Yes SF 70 521.30 $1,491.00 Yes LS 1 $19,197.00 $19,197.00 Yes SF 35200 $1.70 $59,840.00 Yes SF 21300 $1,62 $34,506.00 Yes SF 37650 $1.08 $40,662.00 Yes TN 4740 $77.50 $367,350.00 Yes SF 42900 $0.37 $15,873.00 Yes SF 43400 $0.34 $14,756.00 Yes SF 624300 50.20 $124,860.00 Yes TN 3900 $98.25 $383,175.00 Yes TN 10000 $86.70 $867,000.00 Yes EA 42 $1,065.00 $44,730.00 Yes EA 6 $1,065.00 $6,390.00 Yes EA 35 $915.00 $32,025.00 Yes EA 5 $2,150.00 $10,750.00 Yes EA 11 81,012.00 $11,132.00 Yes EA 8 $2,450.00 $19,600.00 Yes EA 202 5289.00 $58,378.00 Yes LS 1 $143,593.00 8143,593.00 Yes LS 1 $35,883.00 535,883.00 Yes LS 1 $5,000.00 $5.000.00 Yes Section Title Section 1 Grand Total Line Total $3,363,056.00 $3,363,056.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION PROJECT NO. 21 R12 CONTRACT NO. 7807-2 PART 1 - GENERAL PROVISIONS 1 SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-7 SUBSURFACE DATA 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 1 1 2 2 2 2 3 3 3 3 3 3 4 4 4 4 4 5 5 5 5 5 6 6 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 7 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 7 6-1.1 Construction Schedule 7 6-7 TIME OF COMPLETION 7 6-7.1 General 7 6-7.4 Sequence of Construction 8 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 9 6-9 LIQUIDATED DAMAGES SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services 7-2 LABOR 7-2.2 Prevailing Wages 7-8 WORK SITE MAINTENANCE 7-8.1 General 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) 7-10 SAFETY 7-10.3 Haul Routes 7-10.4 Safety 7-10.4.1 Work Site Safety 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK 9-3 PAYMENT 9-3.1 General 9-3.2 Partial and Final Payment. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures 203-11 ASPHALT RUBBER HOT MIX (ARHM) 203-11.3 Composition and Grading X 9 9 9 10 10 10 10 10 10 10 10 11 11 11 11 11 11 11 11 12 12 18 18 18 18 18 18 18 18 18 18 18 18 18 19 19 19 19 SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 19 214-4 PAINT FOR STRIPING AND MARKINGS 19 214-4.1 General 19 214-6 PAVEMENT MARKERS 19 214-6.3 Non -Reflective Pavement Markers 19 214-6.3.1 General 19 214-6.4 Retroreflective Pavement Markers 19 214-6.4.1 General 19 SECTION 215 - TRAFFIC SIGNS 19 PART 3 - CONSTRUCTION METHODS 20 SECTION 300 - EARTHWORK 20 300-1 CLEARING AND GRUBBING 20 300-1.3 Removal and Disposal of Materials 20 300-1.3.1 General 20 300-1.3.2 Requirements 20 SECTION 302 - ROADWAY SURFACING 21 302-1 COLD MILLING OF EXISTING PAVEMENT 21 302-1.1 General 21 302-5 ASPHALT CONCRETE PAVEMENT 21 302-5.1 General 21 302-5.8 Manholes (and Other Structures) 21 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 21 302-6.7 Traffic and Use Provisions 21 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 22 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 22 303-5.1 Requirements 22 303-5.1.1 General 22 303-5.5 Finishing 22 303-5.5.2 Curb 22 303-5.5.4 Gutter 22 SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 22 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 22 314-2.1 General 22 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 22 314-4.1 General 22 314-4.2 Control of Alignment and Layout 23 314-4.2.1 General 23 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 23 314-4.4.1 General 23 314-4.4.2 Surface Preparation 24 314-5 PAVEMENT MARKERS 24 314-5.1 General 24 SECTION 315 - TRAFFIC SIGN INSTALLATION 24 PART 6 — TEMPORARY TRAFFIC CONTROL 24 SECTION 600 - ACCESS 24 600-1 GENERAL 24 600-2 VEHICULAR ACCESS 25 600-3 PEDESTRIAN ACCESS 25 SECTION 601— WORK AREA TRAFFIC CONTROL 25 601-1 GENERAL 25 601-2 TRAFFIC CONTROL PLAN (TCP) 25 PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 26 SECTION 700 — MATERIALS 26 700-5 TRAFFIC SIGNAL MATERIALS 26 700-5.8 Detectors 26 SECTION 701— CONSTRUCTION 27 701-17 TRAFFIC SIGNAL CONSTRUCTION 27 701-17.6 Detectors 701-17.6.3 Inductive Loop Detectors APPENDIX A APPENDIX B APPENDIX C [iv] Pavement Evaluation Report OCSD Manhole Detail Traffic Control Conceptual Plans 27 27 CITY OF NEWPORT BEACH I SU J` `SK' PUBLIC WORKS DEPARTMENT 1 ; Fxp, 6/30/2r�2� SPECIAL PROVISIONS \,T4,t ' V ' L/ Ot rgLIF EAST COAST HIGHWAY AND MARGUERITE AVENUE PAVEMENT REHABILITATION PROJECT NO. 21 R12 CONTRACT NO. 7807-2 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. R-7014-S); (3) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements; (5) California Department of Transportation Standard Plans and Standard Specifications (2018 Edition). The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT Page SP 1 of 27 At the time of the award and until completion of work, the Contractor shall possess a Class "A" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. All work and materials will conform to the special provisions, plans or specifications in the priority sequence so indicated: A. Special Provisions B. Plans C. Standard Specifications a. The Standard Specifications for Public Works Construction ("Green Book") 2015 Edition b. The California Manual on Uniform Traffic Control Devices (CAMUTCD) latest edition c. Caltrans Standard Plans and Standard Specifications (2018 Edition) 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of mobilization, demobilization and cleanup, distribution of construction notices to existing businesses and residents, providing CalRecycle grant documents, preparing and updating schedule, best management practices (BMP), attending weekly construction meetings, potholing existing utilities to protect in place, removal of in -ground flashers, design traffic control plans, traffic control plan implementation, surveying, survey monument preservation and restoration, utility company coordination and verification, clearing and grubbing, tree removals, concrete curb and gutter, concrete cross gutter, concrete spandrel, concrete sidewalk, concrete access ramps and truncated domes, concrete driveway approaches, concrete alley approaches, concrete local depression, removal of existing roadway improvements, subgrade preparation, full depth pavement section repairs, cold mill of existing pavement, construction of asphalt concrete (AC) pavement leveling course and asphalt rubberized hot mix (AHRM) surface course, remove and install utility valve box and covers to grade, adjust manhole frame and covers to grade, install new manhole frame and covers, adjust OCSD manhole frame and cover to grade and reinstall PVC liner, remove and install electrical pull box, install traffic signal detector loops, install traffic signage improvements, striping and painted curb improvements, removal of in -ground flashers, as -built plan preparation, and all other work required by the contract documents. 2-7 SUBSURFACE DATA Add to this section, "The following report has been prepared for the City of Newport Beach and is attached as Appendix `A' for the Contractor's reference. Page SP2of27 "East Coast Highway from Newport Coast Drive to MacArthur Boulevard, Marguerite Avenue from Bayside Drive to 5th Avenue Pavement Evaluation Report" prepared by GMU Pavement Engineering and dated June 17, 2021. (GMU Project No. 20-270-00) 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor shall: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Steve Slocum with Michael Baker International and can be contacted at (949) 330-4111. 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. 3-3 EXTRA WORK 3-3.2 Payment SECTION 3 - CHANGES IN WORK Page SP 3 of 27 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs 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. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General This project is part of the CalRecycle Rubberized Pavement Grant Program. The Contractor shall complete and submit to the Engineer the following document prior to commencement of the work: 1. Reliable Contractor Declaration form (CalRecycle 168). The Contractor shall also be responsible for completing and submitting to the Engineer the following documents immediately following the completion of the work: Page SP 4 of 27 1. Rubberized Pavement Certification form (CalRecycle 739-TRP). 2. Supporting documentation that validates only California -generated waste tires were used for this project and that the waste tires were processed in California. The supporting documentation may be in the form of either a: a. Certificate of Origin (if completed by a California Processor); or b. Bill of Lading and Manifest (for non -California processors). All CalRecycle forms will be provided to the Contractor by the Engineer. 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. Page SP 5 of 27 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. Critical Fiber Optic facilities There exists critical Fiber Optic facilities along the gutter lip on the east side of East Coast Highway. The Contractor shall locate (via pothole or other means) these facilities within the areas of full depth asphalt concrete repair, concrete curb & gutter, curb ramps and other proposed improvements. The contractor shall be responsible for any costs associated with any damage and interruption of service caused by damage to the conduit or fiber optic facility. Contractor shall replace any damaged fiber optic facilities to the satisfaction of the City Engineer. The contractor shall provide a construction plan at these locations, for concrete and asphalt removal while protecting in place the existing Fiber Optic conduit and facilities. Any damage to the Fiber Optic lines will require replacement of the entire line between splice boxes, paid for by the contractor, including but not limited to damages due to interruption of service. 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 shall lower and install Orange County Sanitation District (OCSD) new manhole frame and cover to finish grade for all sewer manhole which are affected by the work. Contractor shall be responsible for coordinating with OCSD to obtain new manhole frame and cover. The Contractor is responsible to reconstruct the manhole liner as shown in the OCSD design details. The Contractor shall refer to OCSD's Standard Drawings in Appendix B, in conjunction with all general notes for sanitary sewer found in the Design and Construction Requirements for Sanitary Sewers at https://www.ocsan.gov/Home/ShowDocument?id=28159. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. Page SP 6 of 27 SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 80 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Unless otherwise approved by the Engineer, construction shall begin by January 10th, 2022. Normal daytime working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. Page SP 7 of 27 Night work will be necessary on East Coast Highway for full depth asphalt concrete repair, grinding and paving. The Contractor shall conduct all work in a safe manner, but shall provide additional safety measures at night to ensure the safety of the public, the work force, City and utility staff, and anyone else who passes through or works in the Project area. All light fixtures shall be mounted and directed in a manner precluding glare to approaching traffic and nearby homes. For those locations where night work is allowed in order to minimize disruption to the community, the following requirements shall apply during night work the following requirements shall apply: A. Night work hours shall be considered to be from 9:00 p.m. to 6:00 a.m., Sunday night through Friday morning. No work is allowed Friday or Saturday nights. B. 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. Pavement striping may be completed at night to minimize disruption to the community. 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 11 th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-7.4 Sequence of Construction Construction for this project will be broken into two phases. The first phase of construction will consist of all concrete improvements. The concrete work will require traffic control plans that sequence the construction per the conceptual plans in Appendix C. The second phase of construction will be all night construction and consist of full depth excavation, grinding, paving and striping. Marguerite Avenue shall be paved during daytime hours with full road shutdowns due to close proximity to homes. Page SP 8 of 27 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $2,000. For each consecutive calendar day after the time specified for thermoplastic striping installation in Section 314-4.4, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Page SP 9 of 27 Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-8 WORK SITE MAINTENANCE 7-8.1 General In addition to the required motorized street sweepers following the cold milling machine as described in Section 302-1.7 of the Standard Specifications for Public Works Construction, the Contractor shall provide two (2) additional motorized sweepers for the duration of the grinding and paving operation. 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. Page SP 10 of 27 c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. SECTION 9 - MEASUREMENT AND PAYMENT 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. Page SP 11 of 27 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Demobilization and Cleanup: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing, installing, implementing and maintaining the BMP Plan for the entire construction period and removal, providing CalRecycle documents per Section 4-1 of these Special Provisions, preparing and updating construction schedules as requested by the Engineer, attending weekly construction progress meetings, distributing door hanger notices to all businesses and residences within 500 feet of construction for a minimum of four notices, and all other related work as required by the Contract Documents. This bid item shall also include work for potholing and other research and review as necessary to verify site conditions and utility locations to protect in place plans for Fiber Optic utility conflicts. This bid item shall also include all related work for the removal of in -ground flashers at the intersection of Orchid Avenue and East Coast Highway. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Surveying, Monument Preservation and Restoration: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post - construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 3 Traffic Control Plan Design: Work under this item shall include, but not be limited to, all labor, design, and material costs for preparing phasing and traffic control plans for all phases and areas of construction, coordination with David Kuan at Traffic Control Engineering Inc. (2687 Saturn St., Brea, CA 92821 Email:trafficcontrolengCaD-yahoo.com Phone 714-447-6077) for preparation of all required Phasing and Traffic Control Plans. An amount of $50,000 is determined for this bid item. Item No. 4 Traffic Control and Construction Staging: 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, Page SP 12 of 27 implementing traffic control plan, 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 eight (8) CMS and updating messages on the CMS as requested by the Engineer, this includes installing CMS one month before construction impacts begin. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 5 Clearing and Grubbing: Work under this item shall include all clearing and grubbing items of work (as described in Section 300-1) and any other item of work which are required for the project that is not specifically specified in a separate bid item. Item No. 6 Tree Removal: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of an Arborist tree evaluation and report for all trees adjacent to concrete removals, tree removals, root removals, stump grinding (as described in Section 300-1), regrading areas raised by tree roots, restoring damages areas to match existing landscaped areas and all items as required to complete the work in place. Item No. 7 Remove and Construct Concrete Curb and Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete curb and gutter, removing and disposing of asphalt concrete in gutter and slot patch area, grading and compacting subgrade, reconstructing existing curb openings and curb drains, using high early concrete mix design and any labor or materials required to place high early concrete, constructing concrete curb and gutter, constructing full depth asphalt concrete slot paving adjacent to the curb and gutter per CNB STD-182 Type A and C, re -chiseling the curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Contractor shall provide removal methods for the preservation of existing fiber optic facilities. Item No. 8 Remove and Construct Concrete Cross Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete cross gutter and spandrels, grading and compacting subgrade, using high early concrete mix design and any labor or materials required to place high early concrete, placing and compacting crushed miscellaneous base, installing smooth galvanized steel bars, constructing concrete cross gutter, constructing asphalt concrete slot paving adjacent to cross gutter per CNB STD-185 and CNB STD-186, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Contractor shall provide removal methods for the preservation of existing fiber optic facilities. Item No. 9 Remove and Construct Concrete Spandrel: 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, grading and compacting subgrade, using high early concrete mix design and any labor or materials required to place high early concrete, placing and compacting crushed miscellaneous base, installing smooth galvanized steel bars, constructing concrete spandrel, constructing asphalt concrete slot Page SP 13 of 27 paving adjacent to spandrel per CNB STD-185 and CNB STD-186, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Contractor shall provide removal methods for the preservation of existing fiber optic facilities. Item No. 10 Remove and Construct Concrete Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing sidewalk, grading and compacting subgrade, using high early concrete mix design and any labor or materials required to place high early concrete, constructing concrete sidewalk, installing expansion joint material, constructing weakened plane joints, construction of sidewalk per CNB STD-180, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Contractor shall provide removal methods for the preservation of existing fiber optic facilities. Item No. 11 Remove and Construct Concrete Access Ramps: 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, using high early concrete mix design and any labor or materials required to place high early concrete, constructing concrete access ramps per CNB STD-181, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Contractor shall provide removal methods for the preservation of existing fiber optic facilities. Item No. 12 Remove and Construct Concrete Driveway Approach: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing driveway approach, grading and compacting subgrade, using high early concrete mix design and any labor or materials required to place high early concrete, placing and compacting crushed miscellaneous base, constructing concrete driveway approach per CNB STD-160, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Contractor shall provide removal methods for the preservation of existing fiber optic facilities. Item No. 13 Remove and Construct Concrete Alley Approach: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing alley approach, grading and compacting subgrade, using high early concrete mix design and any labor or materials required to place high early concrete, placing and compacting crushed miscellaneous base, constructing concrete alley approach per CNB STD-142, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Contractor shall provide removal methods for the preservation of existing fiber optic facilities. Item No. 14 Remove and Construct Concrete Local Depression: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing local depression, grading and compacting subgrade, using high early concrete mix design and any labor or materials required to place high early concrete, placing and compacting crushed miscellaneous base, constructing concrete Page SP 14 of 27 local depression per CNB STD-306, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 15 Crack Seal: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for routing out the crack, applying a soil sterilizer, crack sealing of existing roadway and all other work items as required to complete the work in place. Contractor will be required to fill all cracks greater than 1/4" on East Coast Highway from 400 feet north of Pelican Point Road to paving limit at the intersection at Newport Coast Drive. Item No. 16 Roadway Excavation for Full Depth Pavement Sections (6-Inch Excavation): Work under this item shall include sawcutting and removal of existing pavement, base, subgrade or native materials; hauling and disposal of all excavated materials; and all other items as required to complete the work in place. Roadway excavations that cover adjacent lanes must be completed in multiple passes so that one lane is always open. Item No. 17 Roadway Excavation for Full Depth Pavement Sections (8-Inch Excavation): Work under this item shall include sawcutting and removal of existing pavement, base, subgrade or native materials; hauling and disposal of all excavated materials; and all other items as required to complete the work in place. Roadway excavations that cover adjacent lanes must be completed in multiple passes so that one lane is always open. Item No. 18 Roadway Excavation for Full Depth Pavement Sections (10-Inch Excavation): Work under this item shall include sawcutting and removal of existing pavement, base, subgrade or native materials; hauling and disposal of all excavated materials; and all other items as required to complete the work in place. Item No. 19 Construct AC Pavement (Full Depth Section): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for grading and compaction of subgrade; applying a tack coat, spreading and compacting the variable depth asphalt concrete leveling course, AC pavement must be paved level with the existing roadway by end of each working day, and all other work items as required to complete the work in place. Item No. 20 Edge Cold Mill Variable Depth (0-inches to 2-inches): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for edge cold milling the existing asphalt concrete pavement from between a depth of 0-inches to 2-inches as shown on the Plan Set to provide a positive straight slope, drainage from the match point to the proposed lip of gutter, additional street sweepers, and all other work items as required to complete the work in place. Item No. 21 Cold Mill Existing Pavement 2-Inch Maximum: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cold milling, also known as "Grind" on the plan set, removal of existing asphalt concrete pavement by cold milling from between a depth of 2-inches as shown on the Plan Set to provide a positive straight slope, drainage from the match point to the proposed lip of Page SP 15 of 27 gutter, additional street sweepers, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing of milled materials, and all other work items as required to complete the work in place. Item No. 22 Cold Mill Existing Pavement 2.5-Inch Maximum: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cold milling, also known as "Grind" on the plan set, removal of existing asphalt concrete pavement by cold milling from between a depth of 2.5-inches as shown on the Plan Set to provide a positive straight slope, drainage from the match point to the proposed lip of gutter, additional street sweepers, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing of milled materials, and all other work items as required to complete the work in place. Item No. 23 Construct Asphalt Concrete Leveling Course: Work under this item shall include, but not be limited to, al labor, tools, equipment and material costs for applying a tack coat, spreading and compacting the variable depth asphalt concrete leveling course and all other work items as required to complete the work in place. Item No. 24 Construct ARHM Pavement Surface Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying a tack coat, spreading and compacting the asphalt concrete finish course AHRM overlay and all other work items as required to complete the work in place. Item No. 25 Remove and Install New Water Valve Box and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing water valve box and cover, temporarily lowering and/or covering the valve to facilitate paving operation, furnishing and installing a new water valve box and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 26 Remove and Install New Gas Valve Box and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for coordinating and scheduling with the gas company for all work necessary for removing and disposing the existing gas valve box and cover, temporarily lowering and/or covering the valve to facilitate paving operation, furnishing and installing a new gas 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. 27 Adjust Manhole Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing the existing manhole frame and cover, temporarily lowering and/or covering the manhole to facilitate paving operation, reinstalling existing manhole frame and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 28 Install New Manhole Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for Page SP 16 of 27 removing the existing manhole frame and cover, temporarily lowering and/or covering the manhole to facilitate paving operation, installing a new manhole frame and new cover to grade per CNB STD-318 and CNB STD-321, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 29 Install New OCSD Manhole Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, coordinating with OCSD and material costs for removing the existing manhole frame and cover, temporarily lowering and/or covering the manhole to facilitate paving operation, installing new manhole frame and cover to grade, reinstalling the PVC liner per design details in Appendix B, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 30 Remove and Install New Electrical Pull Box: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing electrical boxes, furnishing and installing new electrical pull boxes per CNB STD-204, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 31 Remove and Install Traffic Signal Detector Loop: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing and installing new traffic signal detector loop per CNB STD-923, furnishing and installing conduit, pull boxes, loop detectors, connecting to existing homerun connection point, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 32 Install Striping, Pavement Markings, Pavement Markers and Red Curb Markings: Work under this item shall include removing all existing pavement striping, markings and markers, installing traffic striping, pavement markings, pavement markers, multiple temporary striping to maintain traffic at all times, removing red curb paint (including built up areas) in areas where the curb will not be reapinted red to the satisfaction of the Engineer; repainting the curb red; restoring all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 33 Traffic Signage: Work under this item shall include removing existing traffic signs, posts and post foundations; salvaging signs to the City Yard; protection of any remaining posts and post foundations, furnishing new signs; installing new or salvaged signs on new or existing posts; restoring all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 34 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000 is Page SP 17 of 27 determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. High early concrete mix design shall be assumed necessary for all concrete work to minimize disruption to residents and businesses and included in the bid price for all concrete work. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2-inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS Page SP 18 of 27 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III-C3-PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III-132-PG 64-10 (20% max RAP). 203-11 ASPHALT RUBBER HOT MIX (ARHM) 203-11.3 Composition and Grading Asphalt rubber hot mix finish course shall be ARHM-GG-C. 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 84 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. Add Section 215 — TRAFFIC SIGNS SECTION 215 - TRAFFIC SIGNS Page SP 19 of 27 Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (0.08 inch thickness). New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2'/4 inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3-feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made Page SP 20 of 27 to a minimum depth of two (2) inches. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. SECTION 302 - ROADWAY SURFACING 302-1 COLD MILLING OF EXISTING PAVEMENT 302-1.1 General The milled pavement shall be paved with asphalt concrete (base course, leveling course or finish course) on the same day that the cold milling is performed. The limits of work for each working day or night shall extend only as far as both cold milling and placement of asphalt concrete can be completed to assure that no pavement is left milled without placement of asphalt concrete base course, level course or finish course at the end of the each work day or night. Roadway excavations that cover two adjacent lanes must be completed in multiple passes so that one lane is always open on East Coast Highway. 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General All cracks'/4-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas, no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top layer of asphalt concrete (finish course) shall be placed in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. Holes, spalls, and cracks greater than 1/4-inch in width shall be filled and compacted to 95% minimum. The pavement shall then be cleaned with a power broom. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish 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 Page SP 21 of 27 may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall install or replace curb markings that indicate sewer laterals on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals. 303-5.5.4 Gutter The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-2.1 General The Contractor shall remove all existing traffic striping and pavement markings by grinding. Other methods such as sandblasting will not be allowed. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Page SP 22 of 27 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. 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. Green -background bike lane legends and Sharrows shall consist of preformed thermoplastic markings and be the PreMark product by Ennis -Flint or approved equal. The background/marking shall include the ViziGrip anti-skid treatment. Background shall be EF Bike Lane Green. MMA colored bike lane treatment shall be MMAX product by Ennis -Flint or approved equal. The color shall be EF Bike Lane Green. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. Page SP 23 of 27 314-4.4.2 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 has been in place for at least 10 days but not later than 15 days. Add Section 315 — TRAFFIC SIGN INSTALLATION SECTION 315 - TRAFFIC SIGN INSTALLATION Location of traffic signs shown on plans is approximate and shall be approved by the City prior to installation. Signs shall be installed at a clear height of seven feet at minimum unless otherwise shown on plans. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Anti -seize lubricant shall be applied to hardware/fasteners prior to installation. Refer to CNB DWG 924-L for typical sign installation. PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-1 GENERAL Since there are two construction phases there will be four (4) door hangers notices that will be required for distribution. Ten (10) working days prior to starting of each work phase, 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 for each phase, 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. Page SP 24 of 27 The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2-inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 600-3 PEDESTRIAN ACCESS Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall submit to the Engineer, at least five working days prior to the pre - construction meeting, traffic control plans and/or detour plans for each street and parking lot. The Contractor shall prepare phasing and traffic control plans for all phases and areas of construction in coordination with David Kuan at Traffic Control Engineering Inc. for preparation of all required Phasing and Traffic Control Plans that include Phase I, Phase II and Marguerite road closures and show phasing per the City's direction with Page SP 25 of 27 David Kuan of Traffic Control Engineering Inc., 2687 Saturn St., Brea, CA 92821 Tel. (714) 447-6077 Email:trafficcontrolengCc yahoo.com 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. 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. 2. The Contractor will be allowed to close one alley or street at a time to complete the work. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as loss of street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 3. 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. 4. 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. 5. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 700 — MATERIALS 700-5 TRAFFIC SIGNAL MATERIALS 700-5.8 Detectors Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. Page SP 26 of 27 SECTION 701 — CONSTRUCTION 701-17 TRAFFIC SIGNAL CONSTRUCTION 701-17.6 Detectors 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. Page SP 27 of 27 APPENDIX A Pavement Evaluation Report IM,M.MI WVIAWAY is 4 4411 City of Newport Beach: East Coast Highway from Newport Coast Drive to MacArthur Boulevard Marguerite Avenue from Bayside Drive to5lhAvenue Pavonnent Evahiiaflon, Repoil December 11, 2020 GMU Project No. 20-270-00 GMU 23241 Arroyo Vista Rancho Santa Margarita, CA 92688 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California TABLE OF CONTENTS Description 1. INTRODUCTION.......................................................................... 1.1 PURPOSE..................................................................................... 1.2 SCOPE.......................................................................................... 2. LOCATION AND PROJECT INFORMATION ............................ 3. FIELD EXPLORATION.................................................................... 3.1 PAVEMENT SURFACE CONDITION ASSESSMENT............ 3.2 PAVEMENT CORINGS.............................................................. 3.2.1 East Coast Highway............................................................... 3.2.2 Marguerite Avenue................................................................ 3.3 GROUND PENETRATING RADAR TESTING ........................ 3.4 FALLING WEIGHT DEFLECTOMER TESTING ..................... 4. LABORATORY TESTING............................................................ 5. PAVEMENT ENGINEERING ANALYSIS .................................. 6. CONCLUSIONS, AND RECOMMENDATIONS ........................ 6.1 DEFLECTION TESTING RESULTS .......................................... 6.2 EAST COAST HIGHWAY.......................................................... 6.3 MARGUERITE AVENUE........................................................... 6.4 UNSTABLE MATERIALS.......................................................... 6.5 SPECIFICATIONS....................................................................... 7. EXPECTATIONS........................................................................... 7.1 REFLECTIVE CRACKING......................................................... 7.2 DESIGN LIFE.............................................................................. 8. LIMITATIONS............................................................................... 9. CLOSURE...................................................................................... December 11, 2020 Page ...................... 3 ...................... 3 ...................... 3 ...................... 4 ...................... 4 ...................... 4 ...................... 5 ...................... 5 ...................... 5 ...................... 6 ...................... 7 ...................... 7 ...................... 8 ...................... 8 ...................... 8 ...................... 9 .................... 12 .................... 14 .................... 15 .................... 15 .................... 15 .................... 15 .................... 16 .................... 17 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California Attachments: Plate 1 — Location Map Plate 2 — Coring Location Map Plate 3 — Pavement Coring Summary Table Plate 4 — AC Layer Thickness Map Plate 5 — Potential Underlying PCC Map Plate 6 — Pavement Deflection Data Map Plate 7 — Localized AC Repair Map Appendix A — Select Photographs Appendix B — Laboratory Data Summary December 11. 2020 2 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California 1. INTRODUCTION 1.1 PURPOSE This report presents a summary of our pavement evaluation of East Coast Highway from Newport Coast Drive to MacArthur Boulevard, and Marguerite Avenue from Bayside Drive to Fifth Avenue. These roadway segments are located in the City of Newport Beach, California. An evaluation was performed to assess the existing condition of the roadways and to develop pavement repair recommendations to improve their condition. Information such as the pavements' current surface condition, coring data, laboratory testing results, ground -penetrating radar testing, and pavement's structural condition through falling weight deflectometer (deflection) testing was evaluated and analyzed to develop pavement repair recommendations to meet a 20-year design life. 1.2 SCOPE The following scope of work was performed, as outlined in our scope and fee proposal dated February 12, 2020: 1. Pavement surface condition assessments were performed to identify distress types and severity levels in general accordance with ASTM D6433. 2. Coring locations were selected in areas of interest and delineated. Dig Alert was notified to identify potential conflicts with known underground utilities prior to drilling. 3. Asphalt concrete (AC) corings were performed at various locations throughout the street segments to measure and identify the various pavement layers, including AC thicknesses, underlying Portland Cement Concrete (PCC) thicknesses (where present), aggregate base thicknesses (where present), and subgrade soil types. 4. Ground penetrating radar (GPR) testing was performed to evaluate potential areas of underlying PCC and the AC layer thickness. 5. Pavement deflection testing was performed using a falling -weight deflectometer to collect deflection data for pavement structural evaluation and overlay thickness analysis and design. 6. Samples collected from the pavement corings were returned to our laboratory and tested for various engineering properties, including R-value, soil classification, and moisture content testing. 7. Pavement engineering analysis was performed to develop pavement repair recommendations. 8. This report was prepared to summarize our work, findings, conclusions, and repair recommendations for the rehabilitation of East Coast Highway from Newport Coast Drive to MacArthur Boulevard and Marguerite Avenue from Bayside Drive to Fifth Avenue. December 11, 2020 3 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California 2. LOCATION AND PROJECT INFORMATION This project involved evaluating two roadway segments within the City of Newport Beach: 1) East Coast Highway from Newport Coast Drive to MacArthur Boulevard; and 2) Marguerite Avenue from Bayside Drive to Fifth Avenue. The general location of each roadway segment is illustrated on Plate 1 — Location Map. East Coast Highway consists of two to three travel -lanes and one parking/bike lane per direction. Single dedicated left turn lanes exist at most intersections. Raised landscaped median islands with curbs and flush painted medians are present, separating the two directions of travel. The outside edges of East Coast Highway are bounded by concrete curbs or concrete curbs & gutters. Marguerite Avenue consists of one travel and one parking lane per direction. The outside edges of the roadway are bounded by concrete curbs and gutters. 3. FIELD EXPLORATION 3.1 PAVEMENT SURFACE CONDITION ASSESSMENT A pavement surface condition assessment was performed in September 2020. The type, severity, and extent of the various observed distresses were documented in general accordance with ASTM D6433. In summary, predominate distresses observed include: • Alligator cracking: low- to high -severity • Longitudinal cracking: low- to medium -severity • Transverse cracking: low- to medium -severity • Rutting: low- to medium -severity • Potholes: low- to medium -severity • Depressions: medium -severity • Weathering: low- to medium -severity Overall, the condition of East Coast Highway ranged from "fair' to "satisfactory" depending on location. The condition of Marguerite ranged from "very poor' to "fair". Select photographs of the pavement surface condition is presented in Appendix A — Select Photographs. December 11, 2020 4 GMU Project 20-270-00 N(r. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and [Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California 3.2 PAVEMENT CORINGS A total of 12 pavement coring locations were explored on September 22 and 23, 2020 along both the roadway segments. The locations were selected based on the information gathered from a visual pavement surface condition assessment and the results of the pavement deflection and ground penetrating radar tests. Please note, pavement corings were performed within the outer lanes to minimize disruption to traffic as requested by the City. The corings were performed using a 6-inch-diameter electric core drill. The thickness of the asphalt concrete (AC), underlying portland cement concrete (PCC), where encountered, and underlying aggregate base (AB) layers, where encountered, was recorded. The depth to subgrade and visual classification of the subgrade samples were also logged during the pavement corings. Bulk samples of the subgrade were collected and delivered to GMU's laboratory for further evaluation. Drive samples were collected at the top of the subgrade at selected locations. The corings were backfilled with aggregate base and capped with asphalt concrete cold patch. The results of the pavement corings are provided within Plate 2 — Coring Location Map and Plate 3 — Pavement Coring Summary Table. 3.2.1 East Coast Highway Along the East Coast Highway segment, the existing roadway is surfaced with 4.25- to 12.0-inch thick asphalt concrete (AC) pavement. The average AC thickness is approximately 7.0 inches. Coring locations C-14 and C-15, performed along the southbound direction and outer lane between Hazel Drive and Seaweed Road, revealed an underlying 7.25- to 7.75-inch thick Portland cement concrete (PCC) layer. It should be noted that the pavement corings were performed within outer lane to minimize disruption to traffic, therefore, additional locations may contain underlying PCC. Beneath the PCC layer at these two locations, subgrade soil consisting of relatively hard sandy CLAY (CL) material exist. Aggregate base was not encountered. The remaining coring locations along ECH revealed 9.0- to 26.25-inch thick aggregate base (AB) layer below the AC layer. The average AB layer thickness is 19.5 inches. Beneath the AB layer, the subgrade soil is primarily hard sandy CLAY (CL) or relatively dense silty SAND (SM) material. 3.2.2 Marguerite Avenue Along the Marguerite Avenue segment, the existing roadway is surfaced with asphalt concrete (AC) pavement. South of East Coast Highway, the roadway structural section consists of approximately 2.0-inches of AC over approximately 7.0 inches of PCC. North of East Coast Highway, the roadway structural section consists of approximately 6.25 to 7.0 inches of AC over subgrade. An aggregate Base (AB) layer was not encountered. December 11, 2020 5 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California Subgrade soil types encountered primarily consisted of Sandy CLAY (CL). In general, the subgrade soil appears to be brown, moist, and dense or hard. The approximate locations of the AC cores are shown in Plate 2 — Coring Location Map. A summary of the AC coring data is presented in Plate 3 — Pavement Coring Summary Table. 3.3 GROUND PENETRATING RADAR TESTING GPR testing was performed to identify potential areas with potential underlying Portland cement concrete (PCC) pavement and pavement layer thickness information. Testing was carried out using two antennas, one operating at 2GHz and a second at 900MHz (channels 1 and 2). In most cases, the 2GHz antenna was used to analyze the AC layer and the 900MHz was used to analyze the PCC layer. In cases the where the 2GHz antenna data was not of sufficient quality (due to radio interference and/or poor penetration), the 900MHz data was used for analyzing AC layer. The depths to the bottom of each pavement layer were calculated based on round trip travel time of the GPR signal and an estimated velocity, which was determined by comparing and matching computed GPR depths to the available coring data. PCC underlying the AC surface was identified by a — 20-foot jointing pattern that was observed in the data. This pattern coupled with increased attenuation in the region below the PCC layer served to help determine the limits of the PCC layer. The following Figure 1 shows an example of GPR data used to determine an area of potential underlying PCC and the markers that indicate potential underlying PCC exist. The horizontal x- axis represents distance and the vertical y-axis represents depth. Note that in this example, the distance has not been adjusted to match the project's stationing. December It. 2020 6 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California 1A%T. C0AST_XM-LH1-S8.A o_ 111 I ZZT fl Ifi ao �.o Figure 1: Screenshot of Ground Penetrating Radar (GPR) data, areas of potential underlying PCC pavement (blue annotation), and areas without potential underlying PCC (right and left of blue annotation). The results of the GPR testing and analysis are presented visually as Plate 4 — AC Layer Thickness Map and Plate 5 — Potential Underlying PCC Map. 3.4 FALLING WEIGHT DEFLECTOMER TESTING Falling weight deflectometer (deflection) testing was performed on September 9 and 10, 2020, using an ARA deflectometer in accordance with Caltrans Test Method CT 356. In summary, this test method involved applying a 9,000-pound impact load to the pavement surface and measuring the pavement's deflection response. Higher deflection readings generally indicate lower pavement structural strength. Tests were performed at approximately 250-foot intervals. A total of approximately 291 locations were tested along East Coast Highway and Marguerite Avenue. The results of the deflection tests are summarized in Plate 6 — Pavement Deflection Testing Data Map. 4. LABORATORY TESTING Laboratory tests were performed on select samples obtained retrieved from the corings to evaluate various engineering properties of the subgrade soils. The laboratory tests performed include: • R-value: December 11, 2020 7 GMU Project 20-270-00 tMr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Nfarguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California • Sieve No. 200 wash for soil classification; • Atterberg Limits for soil classification; • Corrosion series (sulfate, chlorides, resistivity, and pH); • Maximum density and optimum moisture content; and • In -place moisture/density. The results of the laboratory testing are summarized and presented in Appendix B — Laboratory Data Summary. 5. PAVEMENT ENGINEERING ANALYSIS Engineering analyses was performed in accordance with the Caltrans Highway Design Manual. Topic 633 of the Caltrans Design Manual was followed to develop pavement thickness design recommendations. This design method considers the relationship between the subgrade R-value, gravel factor of the various pavement layers, and the traffic index (TI). Additionally, Topic 635 was followed to perform the pavement deflection testing and to analyze the pavements' structural adequacy. The data was reviewed to develop overlay thickness recommendations and to identify approximate areas of localized repair. This design method considers the relationships between the measured deflection reading tolerable deflection values, traffic index, and the in -place pavement layer thicknesses. Traffic indices (TI's) were provided to us or assumed for use in our analysis. A traffic engineer should confirm the suitability of these assumptions. The following 20-year TI's were utilized: Table 1: Summary of Traffic Indices Utilized for Pavement Structural Analvsic Roadway Limits 20-Year TI Newport Coast Drive to Pelican Point Drive 9.0 East Coast Pelican Point Drive to Cameo Highlands Drive 9.0 Highway Cameo Highlands Drive to Morning Canyon Road 9.0 (ECH) Morning Canyon Road to Marguerite Avenue 9.0 Marguerite Avenue to MacArthur Boulevard 9.0 Marguerite Avenue Bayside Drive to Fifth Avenue 8.5 6. CONCLUSIONS, AND RECOMMENDATIONS 6.1 DEFLECTION TESTING RESULTS The following table summarizes the results of the pavement deflection tests and analysis. December 11.2020 8 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California Table 2: Deflection Analysis Summary and Findings 80tn AC Tolerable percentile Design Thickness Deflections of Area Traffic for at Surface measured Conclusion Index Analysis (TDS), mils surface deflection so East Coast Highway Newport Coast Drive to 9.0 >0.504i 1 14 10.0 Structurally adequate(') Pelican Point Drive East Coast Highway Structurally Pelican Point Drive to 9.0 >0.50-ft 14 13.0 adequate(') Cameo Highlands Drive East Coast Highway Structurally Cameo Highlands Drive to 9.0 0.35-ft 17 16.1 adequate(') Morning Canyon Road East Coast Highway Structurally .17orning Canyon Road to 9.0 >0.50-ft 14 13.1 adequate(') .1lar uerite Avenue East Coast Highway Marguerite Avenue to 9.0 >0.50-0) 14 12.3 Structurally adequate(2) 11acArthur Boulevard Marguerite Avenue Bayside Drive to Fifth 8.0 > 17 51 Structurally _0.50-ft(1) deficient Avenue Note (1): Utilized a conservatively assumed AC thickness when coring information is unavailable (thicker AC section corresponds to conservatively lower allowable deflection). Note (2): Although structurally adequate as -is, a mill -and -overlay is recommended to address aging/materials related surface distresses (longitudinal, transverse, block cracking and surface weathering/raveling) and extend pavement life. Note (3): The segment is structurally adequate provided that certain locations receive localized patch repair. 6.2 EAST COAST HIGHWAY It is our opinion the following factors contributed to the pavement deterioration of East Coast Highway Avenue: • A composite AC pavement section was constructed to widen the pre-existing PCC roadway. The widened areas were constructed with a structural section consisting of relatively thin AC (<6-inch thick) over a varying thickness of aggregate base. The combination of the relatively thin AC layer and abundant truck/bus traffic that tends to traverse over the outside lanes (widened area) of the roadway has resulted in development of distress types indicative of structural deficiency (alligator cracking and depressions). December 11, 2020 9 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California • A distinct rectangular surface cracking pattern was encountered throughout significant portions of East Coast Highway. This type of surface cracking is the result of subsurface reflective cracking that originated from underlying PCC joints. • Longitudinal, transverse, and block cracking, as well as some weathering and raveling, are primarily aging and materials (non -load) related distresses. Based on the age and overall condition of the roadway, the extent of these distresses do not appear to be atypical. To improve the condition of the East Coast Highway and achieve a 20-year design life, we recommend performing the following repair procedures: • First, perform localized AC repair locations at locations illustrated on Plate 7 — Localized AC Repair Map. Localized AC repairs consist of the following process: o Excavating and exporting materials at the recommended localized AC repair locations to accommodate the minimum recommended full -depth AC section. Certain portions the roadway contain underlying PCC. If underlying PCC is encountered, limit the depth of removal to the top of the PCC section. Plate 5 — Potential Underlying PCC Map shows areas of potential underlying PCC based on GPR testing. o If underlying PCC does not exist, the material at the bottom of the excavation should be scarified to the depth of at least 6 inches, moisture conditioned to 2 percent above optimum moisture content, and re -compacted to at least 90 percent of the material's maximum dry density (ASTM D 1557). The intent of processing the underlying material is to achieve a uniform, firm, and non -yielding section to serve as a stable platform for the construction of the AC section. o Construct a new full -depth AC pavement structural sections per the thickness recommended in Table 3 using a 3/4-inch maximum Standard Specifications for Public Works Construction (Greenbook) AC mix with PG 64-10 asphalt binder. Performing localized AC repairs is necessary at locations containing medium- or high -severity structural related distresses (i.e., alligator cracking, potholes, depressions) prior to performing the mill -and -overlay. • Perform an edge -mill or a uniform -mill to accommodate the recommended AC leveling course and ARHM overlay layers. o An edge -mill is recommended for the segment of East Coast Highway between Newport Coast Drive to Pelican Point Drive. This segment of roadway does not have a raised or landscaped median separating the opposing directions of travel, allowing the grade or crown to be increased. The recommended depth of the edge December 11. 2020 10 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California mill along the edge of the roadway is 2.5 inches, less 3/8-inch if the typical 3/8- inch pavement edge lip height is specified. We recommend reducing the depth of the edge mill to 0-inches deep at 6 to 9 feet away from pavement edge. The exact width of the edge mill should be determined by the Project Civil Engineer. o For the remaining segments of East Coast Highway (Pelican Point Drive to MacArthur Boulevard), a raised or landscaped median exist. For these segments, we recommend performing a uniform -depth mill of 2.5 inches, less 3/8-inch if the typical 3/8-inch pavement edge lip height is specified. • Perform crack repairs by cleaning and filling all cracks that are >1/4-inch wide with hot - rubberized crack sealant and apply tack at an application rate of 0.10 gal / sy min. • Construct a 1-inch thick AC leveling course. An AC level course is recommended to address potential delamination during milling and to improve roadway smoothness. The recommended AC mix for the AC leveling course is 1/2-inch maximum Greenbook AC mix with PG 64-10 asphalt binder. • Construct a 1.5-inch thick overlay using a Greenbook ARHM-GG-C mixture. Table 3 summarizes the recommended repair strategy and thicknesses outlined above. December 11, 2020 11 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California Table 3: Summary of Pavement Repair Recommendations for East Coast Highway Area Localized Repair ThicknessM Overall Strategy Edge -mill, 1-inch East Coast Highway 6.0-inch thick thick AC leveling Newport Coast Drive to Pelican Point Drive Localized Full -Depth AC Repair p p course 1.5-inch thick ' ARHM-GG-C overlay Uniform mill, 1-inch East Coast Highway 6.0-inch thick thick AC leveling Pelican Point Drive Cameo v Highlands Drive Localized Full -Depth AC Repair pp course, 1.5-inch thick ARHM-GG-C overlay Uniform mill, 1-inch East Coast Highway 6.0-inch thick thick AC leveling Cameo Highlands Drive to L(orning Canyon Road p Localized Full -Depth AC Repair course, 1.5-inch thick ARHM-GG-C overlay Uniform mill, 1-inch East Coast Highway 6.0-inch thick thick AC leveling ��t Allarguerite Avenue g Canyon Road to Mar Localized Full -Depth AC Repair course' 1.5-inch thick ARHM-GG-C overlay Uniform mill, 1-inch East Coast Highway 8.0-inch thick thick AC leveling larguerite Avenue to 311acArthur Boulevard Localized Full -Depth AC Repair course, 1.5-inch thick ARHM-GG-C overlay Note (1): 1 he recommended thickness represents the total AC thickness (inclusive of ARHM, AC leveling, and AC base course layers). 6.3 MARGUERITE AVENUE It is our opinion the following factors contributed to the pavement deterioration of Marguerite Avenue: • The existing AC section thickness of the travel lanes is inadequately thick. Significant alligator cracking, depressions, potholes, and patch repairs to address previous potholes exist along the travel lanes of Marguerite Avenue. These are load -related distress types and are indicative of structural deficiency. Additionally, relatively high deflection measurements and deflection analysis also indicate the travel lanes are structurally deficient. December 11. 2020 12 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California • Parking lanes primarily contain aging -related distress types, such as longitudinal and transverse cracking, as well as weathering and some raveling. To improve the condition of the Marguerite Avenue and achieve a 20-year design life, we recommend performing the following repair: • For the segment of Marguerite Avenue where underlying PCC was identified (Bayside Drive to East Coast Highway), remove the existing 2-inch thick AC surface layer and replace with a 2.0-inch thick ARHM overlay. • For the remainder of Marguerite Avenue (East Coast Highway to Fifth Avenue), perform pavement reconstruction of the travel lanes along both directions consisting of the following: o Excavate and export existing materials to accommodate the recommended full - depth AC section. o The material at the bottom of the excavation should be scarified to the depth of at least 6 inches, moisture conditioned to 2 percent above optimum moisture content, and re -compacted to at least 90 percent of the material's maximum dry density (ASTM D 1557). The intent of processing the underlying material is to achieve a uniform, firm, and non -yielding section to serve as a stable platform for the construction of the AC section. o Construct a new fiill-depth AC pavement structural sections per the thickness recommended in Table 4 using a 1/2-inch maximum Greenbook AC mix with PG 64-10 asphalt binder. The surface of the pavement section can be temporarily left 2-inches low to match the grade of the milled parking lane, further explained in the following bullet. • For the parking lanes of Marguerite Avenue between East Coast Highway and Fifth Avenue, perform a 2-inch deep uniform mill and construct a 2-inch thick AC overlay using a Greenbook %2-inch maximum asphalt concrete mixture with PG 64-10 asphalt binder. Table 4 summarizes the recommended repair strategy and thicknesses outlined above. December 11, 2020 13 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Alarguerite Avenue Pavement Rehabilitation Project, City of'Newport Beach, California Table 4: Summary of Pavement Repair Recommendations for Marguerite Avenue Area Localized Repair _T Recommendation(') Overall Strategy(l) Marguerite Avenue Uniform mill, 2-inch Bayside Drive to East Coast None thick ARHM-GG-C Highway overlay Marguerite Avenue 13.0-inch thick Uniform mill, 2-inch thick Greenbook Type East Coast Highway to Fifth Localized Full -Depth AC Repair IIIC3 PG 64-10 AC Avenue (entire travel lanes, both directions) Overlay mote l i ): t ne recommenaea thickness represents the total AC thickness (inclusive of ARHM, AC leveling, and AC base course layers). 6.4 UNSTABLE MATERIALS Based on the soil types encountered and the moisture contents measured from select samples collected, it is our opinion that there is some potential for unstable materials to be exposed during construction. Areas with higher deflection measurements (generally 40 mils or more) will have greater potential for weak or wet subgrade conditions to be exposed during construction. If unstable materials are exposed, the following recommendations can be implemented. Unstable or soft subgrade conditions can be identified during construction by surface yielding under rubber - tired equipment loading and/or the inability to achieve proper compaction. The condition of the subgrade should be evaluated by GMU during the scarification and re -compaction efforts. Drying back of localized wet soil conditions can be performed to address unstable soils if time allows. If drying back soil is not a practical option, other remedial measures can be performed to stabilize the subgrade prior to placement of aggregate base and/or asphalt concrete layers. Depending on the extent and severity of the instability, the recommended measure to stabilize the subgrade is to increasing the AC base lift thicknesses by an additional 4 to 8 inches to "bridge" over the unstable conditions. The recommended thicknesses of remediation could be greater, or less, depending on the conditions encountered. Any areas that require remediation should be observed by the project geotechnical engineer to confirm the effectiveness of the recommendations provided herein. The intent of these recommended remediation methods is to achieve a non -yielding subgrade when subjected to relatively heavy, rubber -tired construction equipment loading such as a loaded water truck or loader with full bucket. The remediated areas should be proof -rolled with this type of equipment after remediation to confirm that the subgrade is unyielding. Pavement constructed on December l 1. 2020 14 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Alarguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California top of an unstable section will likely not achieve the required compaction and/or will experience reduced pavement life. 6.5 SPECIFICATIONS We recommend following the City of Newport Beach Specifications and the Standard Specifications for Public Works Construction (Greenbook) when implementing these repair recommendations. Requirements specified within the Greenbook should be followed, including but not limited to: • Pavement surface preparation and tack coat application prior to installation overlay; • Subgrade, aggregate base, and asphalt concrete relative compaction requirements; • AC and ARHM mixture requirements, including binder content, gradation, and Hveem Stability requirements; • AC paving operations, including temperatures, lift thicknesses, rolling patterns, and more. 7. EXPECTATIONS 7.1 REFLECTIVE CRACKING Reflective cracking is the propagation of the remaining underlying cracks through the new overlay. The rate at which remaining underlying cracks reflect through the surface is dependent on a number of factors that are challenging to predict. Some of these factors include the width of underlying cracks that remain after milling, variability in traffic loading, climate conditions (temperature swings resulting in expansion/contraction), and strength of the underlying section(s) supporting the overlay. The rule -of -thumb for reflective cracking is that cracks will propagate approximately 1-inch per year. In other words, there is potential for underlying cracks to grow to the surface within approximately 2 years for a 2-inch overlay when using conventional AC. For improved reflective -cracking resistance, rubberized ARHM has been recommended for use on this project. 7.2 DESIGN LIFE Excluding the potential for reflective cracking to propagate sooner and assuming that construction is performed in accordance with our recommendations and specifications, we estimate that implementing the recommended pavement repair will meet the requested 20-year design life. Please note, the pavement will develop distresses with time and should not be expected to remain completely crack free for the full duration of the 20-year design -life period. Proper pavement maintenance, including localized AC repairs when needed, crack repairs, and proper maintenance, December 11, 2020 15 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California should be performed to achieve a full 20-year design life. Areas that are structurally deficient and do not receive localized repairs may not achieve the full 20-year design life. 8. LIMITATIONS These recommendations are only intended to support the pavement repair map for the subject site. All parties reviewing or utilizing this report should recognize that the findings, conclusions, and recommendations presented represent the results of our professional engineering efforts and judgments. Due to the inexact nature of the state of the art of these professions and the possible occurrence of undetected variables in subsurface conditions, we cannot guarantee that the conditions actually encountered during construction will be the same as those observed and sampled during our study or that there are no unknown subsurface conditions which could have an adverse effect on the use of the roadway. We have exercised a degree of care comparable to the standard of practice presently maintained by other professionals in the fields of geotechnical engineering and pavement engineering, and believe that our findings present a reasonably representative description of conditions and their probable influence on the grading and use of the streets. Surface cracks may develop sooner or later depending on a number of factors that are hard to predict or not provided to us, such as actual traffic volumes or the extent and severity of subsurface cracks that remain upon milling. Because our conclusions and recommendations are based on a limited amount of geotechnical exploration and analysis, all parties should recognize the need for possible revisions to our conclusions and recommendations during construction of the project. The recommendations provided in this report are based on the assumption that an adequate program of observations and testing will be conducted by our firm during the construction phases in order to evaluate compliance with our recommendations and to provide revised recommendations if necessary depending on conditions encountered. GMU's recommendations for this project are, to a high degree, dependent upon appropriate quality control of subgrade preparation, mix design compliance, and pavement construction processes. Accordingly, the recommendations are made contingent upon the opportunity for GMU to observe the proposed construction. If parties other than GMU are engaged to provide such services, such parties must be notified that they will be required to assume complete responsibility as the engineer of record of the project by concurring with the recommendations in this letter and/or by providing alternative recommendations. GMU performed its evaluation using the degree of care and skill ordinarily exercised under similar circumstances by reputable civil and/or geotechnical engineering professionals with experience in this area in similar soil conditions. No other warranty, either expressed or implied, is made as to the conclusions and recommendations contained in this report. This report has been prepared for the exclusive use of the City of Newport Beach in accordance with generally accepted pavement engineering practices. December 11, 2020 16 GMU Project 20-270-00 Mr. Nathan Cope, MICHAEL BAKER INTERNATIONAL Pavement Evaluation and Repair Recommendations Report, East Coast Highway and Marguerite Avenue Pavement Rehabilitation Project, City of Newport Beach, California 9. CLOSURE We appreciate this opportunity to provide our pavement evaluation services on you project. If there are any questions concerning our findings or recommendations, please do not hesitate to contact us and we will be happy to discuss them with you. Respectfully submitted, GMU GEOTECHNICAL, INC. Ali Zalghout, M.Sc. ES$fDPavement Staff Engineer C81529 • Rog . Schlierkamp, M. c., PE 81 29 oFCAL�F� Dire or of Pavement Engineering December 11, 2020 17 GMU Project 20-270-00 / QQ• �\c� SAN JOAQUIN NEWPORT� BEACH co Sry�` t, y m PACIFIC OCEAN o �J a > 1 a PROJECT LOCATION <� PACIFIC COAST HIGHWAY FROM MacARTHUR BLVD TO NEWPORT COAST DR g AND " MARGUERITE AVENUE 0 " FROM 5TH AVE TO BAYSIDE DR a NEWPORT BEACH, CA 0 0 I O N Location Map N O z 0 3000'"•� Date: December 11, 2020 plate I 3 1 a Project No.: 20-270-00 W 0 A 20- 0-00) thavg fu —Pacific Coast Highway from STA 151+54 to 166+00 sullcM, Scale: 1" = 100' 411 E ,!It 0 'LLI SUBWADI Cl MC 15.4% M Pacific Coast Highway from STA 166+00 to 179+00 Scale: 1" = 100 5INCI]is Em 1,11 INCI z W-270 1 t 'I �`t � �— -` �.`/ •- 1 SUMGC Ii�A �3 NCl �'.. �'� �.o'y�N'�. �� Z-0 Pacific Coast Highway from STA 179+00 to 192+00 Scale: 1" = 100' AC rnrin Location Ma C-1 1 ;20-210 00, APPROXIMATE LOCATION OF AC CORE HOLE Q� W rl �ysxei 01 Date: 11, 2020 plate 2.1 Project No, 20-270-00 s;T,�51NGlllS 1 racinc coast hi hwa trom 51A 19Z+00 to 205+00 Scale: 1" = 100' • SUBGHAl)1:" 'I MC 11.3% N'• -t^ .}} 9Y .'sue:,_ y ;:ifi 2.0 1 _ Pacific Coast Highway from STA 205+00 to 220+00 L Scale: 1" = 100' � aSINCIll-.S lam 19.5INCIi[S �`a00} 227 C QW-700 WOO woo_ w sullavnnocl F.-,ACF>•i�-C"+ 4 MC 116/ 3- ,.rv. +y✓•'48' 8 ....# M ICkCOA Ell u F , �+ m - i1 u - n EU - ft ,.low— _w a` HAM DE �i . tt�.._..- t - --• y v .. y:; 7 77777 ._. .: i ISM '.1 �-: .4 � -Y ti i. � f�,. _. jam• � \ �I..•. � U � �` .:-c .. RR Pacific Coast Highway from STA 220+00 to 235+00 Scale: 1" = 100' LEGEND C-15 'J°-rro-°ol APPROXIMATE LOCATION OF AC CORE HOLE Ci 44QQ d 235eC� lf= m (20-2 0 00)T LLJ17 M _ mod 444t00 '- 2464:W .2464 2474U- -.-,...__-248, 0W ail •°J :'. -"'`is�r14J'i�IC"147�'\.T"'�'°6gQtlY""'9""'4'.wr _ 1 Pacific Coast Highway from STA 234+50 to 249+00 1 Scale: 1" = 100' 5.5INCHt$ c 2 Pacific Coast Highway from STA 249+00 to 263+50 Scale: 1" = 100' S S INCIII. �' "I, W, �eswcnls < .:.,_r'_(2o2�a-oo��,b�*--•t�•r�.-•- .. . _.._... SUBGH1UI lit:I USAI m T. - .._ .._� a... W - _i 1 ,., q.4, .. I+00-(�,�.� . 4} A _ ,�. .dam S Y3� 3 Uj Pacific Coast Highway from STA 265+50 to 271+00 Scale: 1" = 100' LEGEND C-18 (20"270-00) APPROXIMATE LOCATION OF AC CORE HOLE I q.w, , rr r 7777:71 4 Oki ul Marguerite Ave. North of Pacific Coast Hi hway from STA 16+00 to 23+50 z 12tW isNC II S 4&- ING[ it s S JBGI 1A Mc w.5r , x;w— a 3 � AveAve.�Soull of �Padfic Pacific Highway S�TA7+57 �W12+�00 (2 Marguerite Scale: I = 50 LEGEND Rfi!m AC Coring Location C-21 (n 10 oc) APPROXIMATE LOCATION OF AC CORE HOLE D. 11, 2020 Plate I LO Project N..: 20-270-00 2.4 Plate 3 - Pavement Coring Summary Table City of Newport Beach - East Coast Highway and Marguerite Avenue �'_ ' Li PAVEMENT Project No. 20-270-00 ENGINEERING Connas Derformed on September 22 throuah 24. 2020 Core ID C-1 C-2 C-4 C-5 C-8 C-11 East Coast Highway, East Coast Highway, East Coast Highway, East Coast Highway, East Coast Highway, East Coast Highway, Location Northbound, Northbound, Northbound, Northbound, Northbound, Southbound, Description north of Newport Coast Drive between Pelican Point Drive between Pelican Point Drive near Cameo Hihlands Drive g between Goldenrod Avenue between Carnation and and Newport Coast Drive and Cameo Highlands Drive and MacArthur Boulevard MacArthur Boulevard Pavement 5.5" AC 80" AC 9.0" AC Section(s) (2.5" lop lift) 6.5" AC 5.75" AC 4.5" AC . IT cap) (1.5" top lift, 3.5" second lift and 4" bottom lift Portland Cement Concrete (PCC) Not encountered Not encountered Not encountered Not encountered Not encountered Not encountered Section 18.5" AB 23.75" AB 26.25" AB 19.w AB 15.75" AB 9" AB Aggregate Base (AB) Silty SAND with max. 3/4" size Silty SAND with max. 3/4" size Silly SAND with max. 3/4" SAND with max. 3/e Silty SAND with max. 3/4" Silty SAND with max. 3/4" size Description Py aggregates, brown, moist, very aggregates, brown, dam veryaggregate, p' brown, dam verySilty p' aggregate, brown, moist, dense aggregate, brown, dam p' aggregates, brown, dam very p' dense dense dense dense to very dense dense 18" to 48" depth: Sandy CLAY (CL - SM), brown, Subgrade Refusal 30.25" to 48" depth: 32"-60" depth: 24"-60" depth: 23.75"-50" depth: damp, hard Description Clayey SAND (SC), brown, Clayey SAND (SC), reddish- Sandy CLAY (CL), reddish- Sandy CLAY (CL), brown, moist, dense brown, moist, dense brown, moist, hard moist, hard 48" to 57" depth: Sandy CLAY (CL), brown, moist, hard Maximum Depth Refusal at 24" (rocky) 48" 60" 60" Refusal at 50" (rocky) 57" Core ID C-14 C-15 C-18 C-19 C-20 C-21 East Coast Highway, East Coast Highway, East Coast Highway, Location Southbound, Southbound, Southbound, Marguerite Avenue Marguerite Avenue between Marguerite Avenue between Description between Orchid Avenue and between Hazel Drive and between Pelican Point Drive at Bayside Drive 2nd Avenue and 3rd Avenue 3rd Avenue and 4th Avenue Narcissus Avenue Seaweed Road and Newport Coast Drive Asphalt Concrete 5.0" AC 6.0" AC (2" top lift) over 7.0" AC 6.25" AC Sectionlion 5.0" AC over (2.0" top lift) aggregate base over 2.0" AC (single lift) (2" top lift, 2" second lift and 3" (t25" top lift) subgrade bottom lift) Portland Cement Concrete (PCC) 7.25" PCC 7.75" PCC Not encountered 7.01, PCC Not encountered Not encountered Section 24" thick AB Aggregate Base Not encountered Not encountered Silty SAND with max. 3/4" size Not encountered Not encountered Not encountered Description aggregates, brown, damp, medium dense 9"-36" depth: Silty SAND (SM), brown, dry, Subgrade 12.25" to 59" depth: 12.75" to 24" depth: 30" to 84" depth: dense 7.0" to 54" depth: 6.25" to 48" depth: Description Sandy CLAY (CL), brown, Sandy CLAY (CL), brown, Sandy CLAY (CL), brown, Clayey SAND (SC), brown, Sandy CLAY (CL), brown, moist, hard moist, hard moist, hard 36"-48" depth: moist, dense moist, hard Sandy CLAY (CL), brown, dry, hard Maximum Depth 59" 24" 84" 48"i 54" 48" 0_1 C_ O:74 ) r '"y5. 3, ti 4 �C Z LU �c I. �� 1 Pacific Coast Highway from STA 151+54 to 166+00 - tit.,h: t• _ ram• Nacitic Coast Highway from STA 166+00 to 179+00 - S.1a: t-- IDO• LL LUW T _ _ Y� yt` . ... .. + 41 1 120 27 -��_—}- 4.: � Pacific Coast Highway from STA 179+00 to 192+00 m LEGEND AC Layer Thickness Map C-11 ® AC I.ESS THAN 4" THICK PER GPR DATA ,au2 a nm OFAPPROXIMATEACCEHOLE LOCATION AC BETWEEN 4"-6" THICK PER GPR DATA ,x=i ^ _i + R Daio: o"em0er 9, 2020 OF AC CORE HOLE i Plate �' ® AC GREATER THAN 6" THICK PER GPR DATA V' V Pro{oet No.: 20.270-00 �'t 1 Pacific Coast Highway from STA 192+00 to 205+00 xam: i-- cc Scala: 1" — tD0' R 3 Pacific Coast Highway from STA 220+00 to 235+00 Scale: f" + 100' LEGEND C-15 ® AC LESS THAN 4' THICK PER GPR DATA IN V70 no, APPROXIMATE LOCATION OF AC CORE HOLE AC BETWEEN 4" 6" THICK PER GPR DATA AC GREATER THAN 6' THICK PER GPR DATA • a�"�..;ti;, -vc Ye •i�.,: _' � .4.'.�d i��� ...A -a t t..,+g ��� �, .4 a..tt 'd a j,�`f5'r+r i-� �f. ,Y 1-' °-'fir''""" • max: �•-ts. . ,.F... x,.,4.�a-..2Y.w iz ae a:�`,�'14�, c�� >. � 't+< :t -x! ` � •. • • +s 1 • •• 11 1, � Nacitic Coast Highway from STA 249+00 to 263+50 LEGEND C-18 _ AC LESS THAN 4' THICK PER GPR DATA 2: z;o roi APPROXIMATE LOCATION OF AC CORE HOLE AC BETWEEN 4' 6' TI IICK PER GPR DATA (rj ® AC GREATER THAN 6' THICK PER GPR DATA lu w {L, d Z' L • 61 i'.. .G :[f� Qz .-�_ � � : � ..::. - _ .:_ .. _; - I� "�v�.r, . � - Ay'� _ •ems. , , p ^. y .w.s FjA `+ yqp�, '3w�� .S � a� � I ""� `�, � \• :j �Si � ! V,� J �' ,4� '..� � 'f.T' 1 Pacific Coast Hi hwa from STA 151+54 to 166+00 5�,1-: !• _ lam• w a a ,6...^5. w - �'Oa :7 1 • .V �, 2 ` Z� .p` _ wzw..al- A _.., j r f . ��i'_ _ 1 „/I�'•_"r`--IT ... +K- Nm�"' _ (* k h� AM a L W *� d c�l> 'Y 2 Pacific Coast Highway from STA 166+00 to 179+00 m X~�-: 3''� �: , ram' � �«� •.. -. '�'a _.�� f �a µ . 3. - r 1 `G F. n Pacific Coast Highway from STA 179+00 to 192+00 m Sca'e7 Potential Underlying PCC Map LEGEND AREA OF POTENTIAL UNDERLYING PCC BASED ON GPR TESTING d,— L.A R U ogle: 0"W"ars, 2020 Pla ' %rIu � Propea No.: zo-no.00 S't 22Qj0C 22 Pacific Coast Highway from STA 192+00 to 205+00 r2 � Pacific Coast Highway from STA �205+00 �to 22�0+00 Srlc i' - I DO' rg a &Y -Q- AME-�— -4 Pacific Coast Highway from STA 220+00 to 235+00 Scale: I' -too' LEGEND AREA OF POTENTIAL UNDERLYING PCC BASED ON GPR TESTING IP 4 2_2 11!_ M -7 ri RD 4.00 239.00 `236 00 237.00 -� z3s+00 239.00 -- 24 00 250+00 251+00 -"`252300- S J 261 00 262+00-263400 — Y6 V,; v-,11NINrrF iTij 0 —�242+Od'� 243;00 244+00 24s.00 246.00 1 - 2471.00 248.00 24,��00 PACIFIC I Pacific Coast Highway from STA 234+50 to 249+00 s:w::• = ioo' Pacific Coast Highway from STA 249+00 to 263+50 Sole::" = 1 W' Pacific Coast Highway from STA 265+50 to 271+00 J Scilc::" - 100' LEGEND AREA OF POTENTIAL UNDERLYING PCC BASED ON GPR TESTING 7`� c1 — AT), ` ` r 37, �,•fF`� } _.� >,`���_ �c�^ •rye" ,as'�3'�% IilYl�' . 5 :,in d's _ � °• o _ a = �' x�t�. '� , r� ��9 EO `s HW AY • _ .� ter.- 4 '� a -:1 :�' � lF .. 'S}a.i�a, �L_�1• g'� �_�V_'1..'.i �''E ��� s3�t'ia. :\ k _ 1 Pacific Coast Highway from STA 151+54 to 166+00 Sail^::• - log' 1 0 • L Ow m"w 4 G4µ — 6 914wagwr�' /'�''�.:u:`a[�,� b^ F E ,'� / p,� j+?N 1 � �'C _ ,,,�&��`i ^ �� ''_ � ,�i �� ,, tint ': � 1, , i. ' ll i i�•� `W'93�"' a w - 1 9 "" .•... -�"j'� .:� 2''fJp ,g-6 .^ F y^ .y ..,:.�.=1 1751_ N �fCS ,�\� �•": �, � :!- f �, 3">F _ 15.23 "� .`a,'`-+ _ t,Z, 1� -���.� r (' �_..` 1 1, �• - '�`._ uChd -1�..&.. �6Wi ac 7-�,,: - f-y"V -.-�' �+.-n�-yt���111 Ca � 1 11 y�+q'4"'It � �t l (3 Pacific Coast Highway from STA 179+00 to 192+00 m Pavement Deflection scaw; r =too• LEGEND Testing Data Map • +t.. APPROXIMATE LOCATION OF RELATIVELY HIGH DEFLECTION APPROXIMATE LOCATION OF MARGINAL DEFLECTION yz� �� it f) Derc: December 9, 2020 Ptah �` APPROXIMATE LOCATION OF RELATIVELY LOW DEFLECTION V V Project eo.: 20m0.00 9.1 r 1 Pacific Coast Highway from STA 192+00 to 205+00 1 Sale: 1" - 1Cfi' !� 2 NaCITIC Loast riiqnwaY Trom 5I A ZM+UU tO GLU+UU n Pacific Coast Highway from STA 220+00 to 235+00 Scale: f' _ 1 W' LEGEND I Testing Data Map • 99.9 APPROXIMATE LOCATION OF RELATIVELY HIGH DEFLECTION APPROXIMATE LOCATION OF MARGINAL DEFLECTION 0 : .-= APPROXIMATE LOCATION OF RELATIVELY LOW DEFLECTION R ob 23r"00 moo JS vu 239400 3 6 240.00.,S.,.8 ',2jjomJ ...... 0 424 244+00 24S.00 A uj ft, z -Zi— PACJFlr-nnAQT.UIelIj 11 Pacific Coast Highway from STA 234+50 to 249+00 I\1�� Sale: - = IOU' 00 Pacific Coast Highway from STA 265+50 to 271+00 V—)-- SGle: S, - 100, LEGEND 0 ttd.uu APPROXIMATE LOCATION OF RELATIVELY HIGH DEFLECTION APPROXIMATE LOCATION OF MARGINAL DEFLECTION APPROXIMATE LOCATION OF RELATIVELY LOW DEFLECTION e 323 ..,.I � 1 1 lilt ✓, .. •r ', +oj'ri' w t t .: j. �y �-� r i�`' "�� � � „r. h. � � .��. �. '�.�•� 'w',. a�"^�'.���""I' 1.'...L '` 7,�,,� •"�, .SCR.:, MARGUERI TE A 1� I „• .,..1 , _ .:! - .. , -..._ Y✓ /-. 19 56.58 +QD.. 57.24 23«00, V , .r I Marguerite Ave. North of Pacific Coast Highway from STA 1 i+00 to 23+50 ' / 1 n I 4kkY . ^S 1 y I ~171u 13r90 14+00 9 i031.29' yt v .1 } .sue i �' I I M�t�� �";^����{�E. ��' �� _. r �� 1 1•+' ��+ y�.:7�ti�._j •c"�: a �..' -r , r�� - Y" j � I. n • I., I A fQ . ` r 1 I Trk "�.id,L.+r �.,.'. ... ... _. _;:,._. w. � ^.z:. � :;.n.�'.3 r ' 1 %'.a`-,•'�`�'�... >ra.':,IS+.. -- a c cam.:..=� ;� Marguerite Ave. South of Pacific Coast Highway from STA 7+57 to 12+00 fk ScaA: 1' Pavement Deflection LEGEND Testing Data Map • Mgo APPROXIMATE LOCATION OF RELATIVELY HIGH DEFLECTION APPROXIMATE LOCATION OF MARGINAL DEFLECTION 'iG�� Oetg; pacarnbor9,2020 Pkte $_ x , APPROXIMATE LOCATION OF RELATIVELY LOW DEFLECTION V'W'u 6; Proloct No.: 2D•270-00 L 4.m 0 Bor N NOW 91, iR F5, iv Pacific Coast Highway from STA 151+54 to 166+00 2Pacific Coast Hiqhway from STA 166+00 to 179+00 S—,lc: V — IDO' 'Am X- 21, Pacific Coast Highway from STA 179+00 to 192+00 scaw: V = 100' PROPOSED LOCALIZED AG REPAIR 7. M, Localized AC Repair Map 1.: 0-1*15,2020 Platc . I Project No.: 20.270-00 1 7.1 1 Pacing vast Hignway rrom b I A lyL+UU tO IUS+UU snlp: 1" - 100, !� 2 Naclrlc UDast ml nwa rrom J I A LUStUU to LNtUU Sole: I" _ IN' 226+00 227+00 228.00.. 230+90 231+00 232+OD--233+b0 WIN - II � -_r;,: • xlo - ,,yam � :,. �. ..-om STA 220+00 to 235+00 Scale: 1" + IN' LEGEND 0 PROPOSED LOCALIZED AC REPAIR 4.00 c 235+00 236+00 237.00 238+00 239.00 240.00 241.00 242+00 243.00 244.00 245.00 + 246 i OD 247 i .00 2"i.00 24400 + PACIFIC COAST HIGHWAY LU - — -- — -- — -- — -- — -- — - UJ - — -- — -- — -- rj) Pacific Coast Highway �110m STA �234+50 �to 24�9+00 — 24*00 250.00 251.00 252.00 25 00 2ss.00 2561+00 2se.00 Ik 60.00 261.00 262+00 263.00 264+00 LL, + Hto + + PACIFIC COAST HIGHWAY — -- — -- — -- — -- — -- — -- — -- — -- — - (n- — -- Z vl W < LU Lu ( Pacific Coast Highway from STA�249+00�to 263+5O2 S.]: IOU' w. - — -- — -- — -- — of r 261.00 a 262i+00 0 264 26540 !t7+110 268+00 269.00 270.00 271400 + PACIFIC COAST HIGHWAY w Lu (_�a6l,c Coast Highway �11OMSTA 161+11 10271+113 LEGEND Localized AC Repair Map = PROPOSED LOCALIZED AC REPAIR I Date: D...be, S. 2020 I plat. V ICI IN Project No.: 20-270-a0 1 7.3 Appendix A Select Photographs PAVEMENT ENGINEERING Photo 1: Falling Weight Deflectometer (FWD) and Ground Penetrating Radar (GPR) testing with moving -closure traffic control being performed on southbound Marguerite Avenue north of East Coast Highway. Photo 2: Typical pavement condition of Marguerite Avenue between East Coast Highway and Fifth Avenue. Appendix A Page 2 of 8 %MI _ I `r% P A V F M F N Photo 3: Pavement coring being performed at coring location C-I on northbound East Coast Highway, north of Newport Coast Drive. Photo 4: Core sample C-I measuring 5.5-inch thick asphalt concrete (AC). Appendix A Page 3 of 8 V `% PAVFMFNT n! F z N L i 7 I N, i Photo 5: Coring location C-5 on northbound East Coast Highway, north of Cameo Shores Drive. Surface contains medium -severity alligator cracking. Photo 6: Coring sample C-5 measuring 4.5-inch thick AC. Appendix A Page 4 of 8 y I `,,,% P A V F M F N T N . ,,.• Y ' `�� � '; �,. �1 �� �� �� � �. �'"" � s � � .. ,� e ._. �; P� _ . �� v '��, r ti� '` 9 # k �' 4 Y. __" i pr , i Photo 9: Coring location C-15 on southbound East Coast Highway near Hazel Drive. Core located within area containing medium -severity PCC joint reflective cracking. Photo 10: Core sample C-15 measuring 5.0-inch thick AC pavement on top of 7.75-inch thick PCC pavement. The crack from the underlying PCC layer reflected through the overlaying AC layer. Appendix A Page 6 of 8 V I I V PAVFMENT Photo 11: Coring location C-18 on southbound East Coast Highway between Pelican Point Drive and Newport Coast Drive. Core located within area containing medium -severity longitudinal and transverse cracking. Photo 12: Core sample C-18 measuring 6.0-inch thick AC. Appendix A Page 7 of 8 %13 1 U PAVEMENT N,., r.L._ ,in.; Photo 13: Coring location C-20 on Marguerite Avenue, south of Third Avenue. Core located within area containing low- and medium -severity longitudinal and transverse cracking. Photo 14: Core sample C-20 measuring 7.0-inch thick AC. Appendix A Page 8 of 8 V I Li PAVFMENT r, . Appendix B Laboratory Data Summary PAVEMENT ENGINEEPING TABLE B-1 SUMMARY OF SOIL LABORATORY DATA Sample Information Geologic Unit USCS Group Symbol In Situ Water Content, o /o In Situ DryUnit Weight, pcf In Situ Satur- ation, u /o Sieve/Hydrometer Atterberg Limits Compaction Expansion Index R-Value Chemical Test Results Boring Number Depth, feet Elevation, feet Gravel, % Sand, % <##200, % <2p, % LL PL pl Maximum Dry Unit Weight, pcf Optimum Water Content, % P H Sulfate (ppm) Chloride (ppm) Min. Resistivity (ohm/cm) C- 2 2.52 NA SC 12.2 119 82 4 54 42 18 31 14 17 C- 4 2.66 NA SC 14.1 114 83 2 55 43 23 34 13 21 C- 5 2.66 NA CL 11.6 C- 8 1.98 NA CL 15.4 112 85 9 C-11 1.5 NA CUSM 15.6 107 76 C-11 4 NA CL 15.9 117.5 12.5 C-14 1 NA CL 11.3 119 78 3 46 51 22 29 12 17 5 8.8 141 1152 1627 C-18 2.5 NA CL 17.9 106 84 5 C-19 0.75 NA SM 5.7 97 21 C-19 3 NA CL 10.5 120.0 12.0 C-20 0.56 NA SC 16.4 1 56 43 23 35 16 19 5 8.5 360 864 1086 t'!.,.. Project: City of Newport Beach - East Coast Highway Project No. 20-270-00 M M NFEW 60 CL or OL CH or OH "A" LINE 50 0.. X 0 40 Z 1- 30 U U) m 20 Q J * 10 0 ML or OL MH or OH CL-ML 0 20 40 60 80 100 LIQUID LIMIT (LL) 4001,11, W OVION ATTERBERG LIMITS Project: City of Newport Beach - East Coast Highway Project No. 20-270-00 Boring Number Depth (feet) Geologic Unit Test Symbol Insitu Water Content (%) ILL PL PI Classification C- 2 2.5 • 12 31 14 17 CLAYEY SAND (SC) C- 4 2.7 m 14 34 13 21 CLAYEY SAND (SC) C-14 1.0 � 11 29 12 17 SANDY LEAN CLAY (CL) C-20 0.6 * 16 35 16 19 CLAYEY SAND (SC) U.S. STOAPNDARD ENING SIEVE I U.S. STANDARD SIEVE NUMBERS 3" 1.5' 3/4" 3/8" #4 #10 #20 #40 #60 #100 #200 100 90 80 70 x w 60 r 00 50 Z U- H Z 40 U W a 30 20 10 0 10 1 0.1 0.01 0.001 PARTICLE SIZE IN MILLIMETERS 0 0 a 0 0 0 r N O W N ZI Q K C7 �I PARTICLE SIZE DISTRIBUTION Project: City of Newport Beach - East Coast Highway �>,,,ia `i2: Project No. 20-270-00 v' GRAVEL SAND SILT CLAY COARSE FINE COARSE MEDIUM FINE Boring Number Depth (feet) Geologic Unit Symbol LL PI Classification C-2 2.5 • 31 17 CLAYEY SAND (SC) C- 4 2.7 m 34 21 CLAYEY SAND (SC) C-14 1.0 ♦ 29 17 SANDY LEAN CLAY (CL) C-20 0.6 * 35 19 CLAYEY SAND (SC) N n 140 SG=2.60 135 SG=2.70 130 125 120 115 a r t— z 110 w 0 r 0 105 100 95 90 85 80 0 10 20 30 40 50 MOISTURE CONTENT (%) COMPACTION TEST DATA Project: City of Newport Beach - East Coast Highway Project No. 20-270-00 ®�Ia z Boring Number Depth (feet) Geologic Unit Symbol Maximum Dry Density, pcf Optimum Moisture Content, Classification C- 5 2.7 • 125.5 10 SANDY SILTY CLAY (CL) 140 135 130 SG=2.60 SG=2.70 125 120 115 a 110 z w 0 0 105 100 95 90 85 80 0 10 20 30 40 50 MOISTURE CONTENT (%) COMPACTION TEST DATA Project: City of Newport Beach - East Coast Highway Project No. 20-270-00 V'LA Boring Number Depth (feet) Geologic Unit Symbol Maximum Dry Density, pcf Optimum Moisture Content, Classification C-11 3.0 • 117.5 12.5 SANDY SILTY CLAY (CL) 140 SG=2.60 135 SG=2.70 130 125 120 115 a r z 110 w 0 r 0 105 100 95 90 85 80 0 10 20 30 40 50 MOISTURE CONTENT (%) Boring Depth Geologic Maximum COMPACTION TEST DATA Project: City of Newport Beach - East Coast Highway 4`1111"1` Ir td `1z' Project No. 20-270-00 IL t�1a . Number (feet) Unit Symbol Dry Density, pcf Optimum Moisture Content, Classification C-19 2.7 • 120 12 SANDY CLAY (CL) VI'�V R-VALUE TEST REPORT PAVEMENT ENGINEER I N G C. CT-301C ASTM-D2844 PROJECT NAME: City of Newport Beach East Coast Highway Pavement Eval PROJECT NUMBER: 20-270-10 SAMPLE LOCATION: C-5 SAMPLE NUMBER: C-5 SAMPLE DESCRIPTION: SILTY SAND with CLAY and SHELLS (SM-SC), brown SAMPLE DEPTH: 12"-60" SAMPLED BY: TESTED BY: ER DATE TESTED: 10/8/2020 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 11.6 13.4 14.3 WEIGHT OF SAMPLE, grams 1099 1143 1147 HEIGHT OF SAMPLE, Inches 2.48 2.56 2.56 DRY DENSITY, pcf 120.4 119.3 118.8 COMPACTOR AIR PRESSURE, psi 220 220 130 EXUDATION PRESSURE, psi 565 300 248 EXPANSION, Inches x 10exp-4 3 0 0 STABILITY Ph 2,000 Ibs (160 psi) 22 116 132 TURNS DISPLACEMENT 4.43 4.71 5.24 R-VALUE UNCORRECTED 78 17 9 R-VALUE CORRECTED 1 78 17 g EXPANSION PRESSURE (psf) 113.0 0.0 0.0 90 80 70 60 W 50 J 40 30 20 10 0 4 0 R-VALUE VS. EXUDATION PRESSURE 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) R-VALUE AT EQUILIBRIUM: 17 R-VALUE BY EXUDATION PRESSURE: 17 R-VALUE BY EXPANSION PRESSURE: N.A. EXPANSION PRESSURE AT 300 PSI EXUDATION: 0 TRAFFIC INDEX (Assumed): 5.5 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/MA3 (Assumed): 2100.0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 500 450 -- ----------------------- 400 --- --- --- --- --- --- --- --- U d 350 --- --- --- =- --- -=- ---- W 300 --- --- --- --- --- --- --- In 250 ---.. -___ ___ ___ ___ ___ W W 200 --- --- --- -,--- - - --- ---- Z150 --- --- --- --- --- -------------- 0 fN 100 --- --- --- --- --- `--- --- 0- 50 --- --- --- x W o 0 100 200 300 400 500 600 700 Soo EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY w EXPANSION PRESSURE) F 500.0 W O 450.0 400.0 m Fa- 350.0 I --:- -- --- -- rn Y g m 300.0 -- -- -- -- -- -- -- --- -- -- E 250.0 — — W 200.0 77- I - ::.. -- .'�.-' - .. -- N -- Z Y U 150.0 i A -- -- --- --- --- -- — -- --- 100.0 E _ _— --- -- --- ---- ---. -- --- 50.0 — --�- 0 �--- --- - —.-. -- 0.0- U 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) VI'IV R-VALUE TEST REPORT PAVEMENT ENGINEER I N G C CT-30][ ASTM-D2844 PROJECT NAME: City of Newport Beach East Coast Highway Pavement Eval PROJECT NUMBER: 20-270-00 SAMPLE LOCATION: C-8 SAMPLE NUMBER: C-8 SAMPLE DESCRIPTION: SANDY LEAN CLAY (CL), brown SAMPLE DEPTH: 6.75"-545" SAMPLED BY: TESTED BY: ER DATE TESTED: 10/12/2020 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 18.5 15.7 13.6 WEIGHT OF SAMPLE, grams 1007 1111 1102 HEIGHT OF SAMPLE, Inches 2.60 2.48 2.54 DRY DENSITY, pcf 99.1 117.3 115.7 COMPACTOR AIR PRESSURE, psi 80 100 150 EXUDATION PRESSURE, psi 215 289 382 EXPANSION, Inches x 10exp-4 0 5 41 STABILITY Ph 2,000 Ibs (160 psi) 148 136 102 TURNS DISPLACEMENT 6.30 4.75 3.95 R-VALUE UNCORRECTED 3 8 26 R-VALUE CORRECTED 3 8 26 EXPANSION PRESSURE (psf) 0.0 21.6 177.1 R-VALUE VS. EXUDATION PRESSURE 90 80 --- --- ---- -- --- - --- I f 70 - - - --- - - --- --- -- - - - --- i 60 -- -- -� - -!-- --- -- - - - W 5040 --- - - --- --- --- -- --- Q I 30 -- - - - --- -- - --- - - 20 — — --- --- — — --- --- --- --- o 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) R-VALUE AT EQUILIBRIUM: 9 R-VALUE BY EXUDATION PRESSURE: 9 R-VALUE BY EXPANSION PRESSURE: N.A. EXPANSION PRESSURE AT 300 PSI EXUDATION: 35 TRAFFIC INDEX (Assumed): 5.5 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/m"3 (Assumed): 2100.0 500 450 LL 400 (N ! ' 350 LLJ 300 N 250 N W IX 200 a Z 150 fA 100 Z [L 50 LLI 0 0 500.0 i i 450.0 i 400.0 350.0 300.0 ]E E 250.0 i 200.0 > 150.0 100.0 50.0 > 0.0 EXPANSION PRESSURE VS. EXUDATION PRESSURE --- --- EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE) 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) Ii R-VALUE TEST REPORT PAVEMENT ENGINEERING J�CT-30C-ASTM-D2844 !_ PROJECT NAME: City of Newport Beach East Coast Highway Pavement Eval PROJECT NUMBER: 20-270-00 SAMPLE LOCATION: C-14 SAMPLE NUMBER: C-14 SAMPLE DESCRIPTION: SANDY CLAY (CL), brown SAMPLE DEPTH: 12"-59" SAMPLED BY: TESTED BY: ER DATE TESTED: 10/8/2020 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 13.5 16.2 19.0 WEIGHT OF SAMPLE, grams 1098 1171 1036 HEIGHT OF SAMPLE, Inches 2.45 2.70 2.48 DRY DENSITY, pcf 119.6 113.1 106.5 COMPACTOR AIR PRESSURE, psi 200 100 80 EXUDATION PRESSURE, psi 692 438 298 EXPANSION, Inches x 10exp-4 68 29 0 STABILITY Ph 2,000 Ibs (160 psi) 84 130 148 TURNS DISPLACEMENT 3.60 5.11 6.06 R-VALUE UNCORRECTED 39 10 3 R-VALUE CORRECTED 39 10 3 EXPANSION PRESSURE (psf) 293.8 125.3 0.0 90 80 70 60 w 50 7 J Q > 40 30 20 10 0 R-VALUE VS. EXUDATION PRESSURE 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) R-VALUE AT EQUILIBRIUM: 5 R-VALUE BY EXUDATION PRESSURE: 5 R-VALUE BY EXPANSION PRESSURE: 33 EXPANSION PRESSURE AT 300 PSI EXUDATION: 0 TRAFFIC INDEX (Assumed): 5.5 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/m^3 (Assumed): 1 2100.0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 500 450 iy 400 d 350 w W 300 N 250 w W 200 0- Z 150 O U) 100 Z Q 50 0- x w o 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY w 500.0 EXPANSION PRESSURE) 450.0 ! - --- --- - - --- -- -- --- _� _� 400.0 — --- --- --- =-- m I -- -- --- --- F 350 0 --- - - - -- - .-. 300 0 �--- --- ---- --- -- --- --- -- --- --- mE N E 250.0 r--- - --- --- W V -- - - -- Z 200.0 f -- - - -- -- -- --- -- — -- Y U 150.0--- -- --- --- --- --- --- --- --- --- ix j500 r--- --- --- --- -- -- -- __ -_ O � v 0.0 - --- -- --- --- -- - - - --- 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) 1 I i VI�IV PAVEMENT ENGINEERING PROJECT NAME: SAMPLE LOCATION: SAMPLE DESCRIPTION: SAMPLED BY: R-VALUE TEST REPORT C CT-301C ASTM-D2844 City of Newport Beach East Coast Highway Pavement Eval PROJECT NUMBER: 20-270-00 C-18 SAMPLE NUMBER: C-18 SANDY CLAY (CL), brown SAMPLE DEPTH: 30"-84" TESTED BY: JV DATE TESTED: 10/8/2020 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 15.7 17.3 19.3 WEIGHT OF SAMPLE, grams 1103 1126 1141 HEIGHT OF SAMPLE, Inches 2.53 2.62 2.73 DRY DENSITY, pcf 114.2 111.1 106.2 COMPACTOR AIR PRESSURE, psi 130 100 90 EXUDATION PRESSURE, psi 542 371 289 EXPANSION, Inches x 10exp-4 45 20 0 STABILITY Ph 2,000 Ibs (160 psi) 126 140 146 TURNS DISPLACEMENT 4.55 5.02 6.39 R-VALUE UNCORRECTED 13 7 4 R-VALUE CORRECTED 13 7 4 EXPANSION PRESSURE (psf) 194.4 86.4 0.0 90 80 70 60 W 50 D J 40 30 20 10 0 4. 0 R-VALUE VS. EXUDATION PRESSURE EXUDATION PRESSURE (PSI) R-VALUE AT EQUILIBRIUM: 5 R-VALUE BY EXUDATION PRESSURE: 5 R-VALUE BY EXPANSION PRESSURE: N.A. EXPANSION PRESSURE AT 300 PSI EXUDATION: 10 TRAFFIC INDEX (Assumed): 5.5 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/m^3 (Assumed): 1 2100.0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 500 450 LL 400 N 350 W 300 N 250 U) W W 200 a Z 150 O to 100 Z Lso W0 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE) FW- 500.0 _ W 0 450.0 -- -- -- - -- J 4000 --- --- -- - m- Fa- 350.0 --- - - - -- - -- --- - --- N m300.0 1--- -- -- - -- -- E W E 250.0 - - - - --- Z 2000 - - -- - - --- Y U 150.0-r- -- --- -- -- -- - --- 2 1000 {---- - -- - -- -- --- w 0 50-r--- - --- -- - -- 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) au R-VALUE TEST REPORT PAVEMENT ENGINEER I N G. 21 CT-30ASTM-D2844 PROJECT NAME: City of Newport Beach East Coast Highway Pavement Eval PROJECT NUMBER: 20-270-00 SAMPLE LOCATION: C-20 SAMPLE NUMBER: C-20 SAMPLE DESCRIPTION: SANDY LEAN CLAY (CL-CH), brown SAMPLE DEPTH: 6.75"-545" SAMPLED BY: TESTED BY: ER DATE TESTED: 10/12/2020 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 18.1 20.3 21.7 WEIGHT OF SAMPLE, grams 1123 1078 956 HEIGHT OF SAMPLE, Inches 2.59 2.60 2.34 DRY DENSITY, pcf 111.4 104.5 101.8 COMPACTOR AIR PRESSURE, psi 100 80 80 EXUDATION PRESSURE, psi 728 426 299 EXPANSION, Inches x 10exp-4 59 23 0 STABILITY Ph 2,000 Ibs (160 psi) 134 148 159 TURNS DISPLACEMENT 4.67 6.45 5.95 R-VALUE UNCORRECTED 9 3 0 R-VALUE CORRECTED 9 3 0 EXPANSION PRESSURE (psf) 254.9 99.4 0.0 R-VALUE VS. EXUDATION PRESSURE 80 — — — — — — — — — — — — — — — — — — — — — 70 - - - - - - - - - - - - - - - - - - - - - 60 - - - - - - - - - - - - --- - - - - - - --- wso - - - --- -- -- --- - - - - - - ----' M 40 - - - - - - - - - -.-- -^- _-- --- _-_1 30 -- --- _-- -- - - - -- --_ --� 20 - - - - - - - - - - - - --- - - - - - - 10 - - - --- - - - - - - - - - - - - --- -- +� o 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) R-VALUE AT EQUILIBRIUM:5 R-VALUE BY EXUDATION PRESSURE: 5 R-VALUE BY EXPANSION PRESSURE: N.A. EXPANSION PRESSURE AT 300 PSI EXUDATION: 0 TRAFFIC INDEX (Assumed): 5.5 GRAVEL FACTOR (Assumed): 1.5 UNIT MASS OF COVER MATERIAL, kg/m^3 (Assumed): 1 2100.0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 500 450 LL, 400 a 350 W 300 N 250 W W 200 a. Z 150 O fn 100 Z d50 X w 0 w F 0 500.0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE) w 4500 --- --- --- --- --- ---.--- --- ---- O J 400.0 {-___ __ __ _ _ ___ H 350 0 -- - - - - - )` 300.0--- --- --- --- -- ---— --- -------- co E 250.0 -.-r --- --- -- --- -- -- - :. --- -- W Z 200.0 ' --- --- - - -- -- --- --- -- - Y U 150.0 ---- --- --- --- --- --- --- --- --- --- m F- 100.0 ^--- --- --------------------------------------- w Ill j50.0�--- --- --- --- -- -- -- -- -- --- O L) 0.0 - - - - - - - -- - - - - - -- 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) APPENDIX B OCSD Manhole Details MANHOLE FRAME FILL GAP WITH CONCRET MORTAR AS REQUIREI CONCRETE GRADE RING SEE DETAIL "A" - AMERON AMER-F PVC MANHOLE TC I VVIUL I VU VVLLU )IIIII DETAIL "A" NEW MANHOLE PVC LINER DETAIL MANHOLE COVER BEAD OF SIKAFLEX 1A SIKA-449/203 PRIMER AMERON AMER-PLATE, PVC MANHOLE TOPPER ""A""'"' r "OVER MANHOLE FRAME NOTES: 1. MAKE FINAL ADJUSTMENTS AT THE MORTAR JOINT BETWEEN THE FIRST AND SECOND GRADE RINGS. SET FLUSH WITH PAVEMENT TO ONE -EIGHTH INCH HIGH. 2. ADD OR REMOVE GRADE RINGS, REPAIR PVC OR SPRAYED ON LINER, AND TEST LINER FOR PINHOLES AND "PROBE TEST" FOR WEAK WELDS AS APPROVED BY THE ENGINEER. ADJUST HEIGHT AT MANHOLE RISER SECTIONS IF THE TOTAL HEIGHT OF GRADE RINGS WOULD EXCEED 24INCHES. 3. BACKFILL FLUSH WITH SURFACE OR BELOW PAVEMENT SURFACE AS REQUIRED GOVERNING AGENCY WITH 3250 PSI (CLASS B) QUICK SETTING CONCRETE FOR COLLAR. EXPOSED CONCRETE SHALL BE BLACK IN COLOR. 4. FILL AREA ABOVE BELOW -GRADE COLLAR WITH AC WEARING SURFACE TO MATCH ADJACENT AC. 5, WHERE ODOR CONDITIONS EXIST OR WHERE DESIGNATED, SEAL MANHOLE RIM AND HOLES WITH DUCT -SEAL MASTIC. RE -SEAL IF EXISTING MANHOLE COVER WAS SEALED. ORANGE COUNTY SANITATION DISTRICT PVC LINER INSTALLATION NO SCALE ORANG UNTY CALIFORNIA APPROVE Y / EXISTING MANHOLE STANDARD DWG. 1 EDAC 02122,120' 7 ' /w// GG //�� NO. APPROVED DATE DIRECTOR FENCINEE DATE ADJUST TO GRADE—O�JO/"� MANHOLE FRAME AND COVER ALTERNATE: PER S-053 OR S-054 CONCRETE COLLAR TO 12" GRADE (BLACK MIX) 3" HOT MIX ASPHALT ---------- -- --------- ------------------------- ------------------------------------------ ------------- 12" MIN 12" MIN 24" MAX #4 @ 6" HORIZONTAL 1 #4 cz 12" VERTICAL #4 @ 6" CIRCULAR MORTAR JOINTS, TYP #4 @ 12" RADIAL NEW OR EXISTING CONE CONCRETE COLLAR PVC WELD STRIP FOR GRADE RING AND CONE FOR PVC LINER REPAIR (TYP.) CROSS SECTION NOTES: 1. NEATLY REMOVE PAVEMENT AND AGGREGATE BASE AS NECESSARY TO MAKE ADJUSTMENT. 2. MAKE FINAL ADJUSTMENTS AT THE MORTAR JOINT BETWEEN THE FIRST AND SECOND GRADE RINGS. SET FLUSH WITH PAVEMENT TO 1i8" HIGH. 3. AT EXISTING MANHOLES. ADD OR REMOVE GRADE RINGS; REPAIR PVC OR SPRAYED LINER, AND TEST LINER FOR PINHOLES AS APPROVED BY THE ENGINEER. ADJUST HEIGHT AT MANHOLE RISER SECTIONS IF THE TOTAL HEIGHT OF GRADE RINGS WOULD EXCEED 24" 4. BACKFILL FLUSH WITH SURFACE OR BELOW PAVEMENT SURFACE AS REQUIRED BY GOVERNING AGENCY WITH 3250 PSI (CLASS B) QUICK -SETTING CONCRETE TO FORM COLLAR. EXPOSED CONCRETE SHALL BE BLACK IN COLOR. 5. FILL AREA ABOVE BELOW -GRADE COLLAR WITH AC WEARING SURFACE TO MATCH ADJACENT AC. 6. WHERE ODOR CONDITIONS EXIST OR WHERE DESIGNATED, SEAL MANHOLE RIM AND HOLES WITH DUCT -SEAL MASTIC. RE -SEAL IF EXISTING MANHOLE COVER WAS SEALED. VGE COUNTY SANITATION DISTRICT ORANG UNTY CALIFORNIA I / MANHOLE ADJUSTMENT TO EDAc 1021 22/20 7 i GRADE APPROVED DATE DIRECTOR OF ENCINEEWNC DATE NO SCALE STANDARD DWG. S-055 3 MANHOL ILL GAP WITH CONCRETE MORTAR AS REQUIRED CONCRETE GRADE RING REPAIR CONCRETE AS - REQUIRED SEE DETAIL "A" I \ I I IMPROPERLY TERMINATED PVC LINER AT TOP OF MANHOLE I nnnnu ini r COVER BEAD OF SIKAFLEX 1A SIKA-449/203 PRIMER AMERON AMER-PLATE, PVC MANHOLE TOPPER NON PVC -LINED OR CORRODED CONCRETE GRADE RINGS MANHOLE COVER MANHOLE FRAME TRIM EXISTING PVC EXISTING LINER TO SOUND PVC LINER CONCRETE CLEAN EXISTING PVC LINER WITH 409 AND BUFF SURFACE, WELD NEW PVC MANHOLE TOPPER ONTO EXISTING PVC LINER WITH 1" PVC WELD STRIP EXISTING MANHOLE PVC LINER DETAIL NOTES: 1. AT EXISTING MANHOLES, ADD OR REMOVE GRADE RINGS; REPAIR PVC OR SPRAYED ON LINER, AND TEST LINER FOR PINHOLES AND "PROBE TEST" FOR WEAK WELDS AS APPROVED BY THE ENGINEER. ADJUST HEIGHT AT MANHOLE RISER SECTIONS IF THE TOTAL HEIGHT OF GRADE RINGS WOULD EXCEED 24 INCHES. 2. WHERE ODOR CONDITIONS EXIST OR WHERE DESIGNATED, SEAL MANHOLE RIM AND HOLES WITH DUCT -SEAL MASTIC. RE -SEAL IF EXISTING MANHOLE COVER WAS SEALED. ORANGE COUNTY SANITATION DISTRICT NO SCALE ORANG UNTY CALIFORNIA PVC LINER REPAIR APPROVE v STANDARD DWG. 1 EDAC 02/22/20'7�/ EXISTING MANHOLE NO. APPROVED DDATE DIRECTOR FENcwEE DATE S-O55A APPENDIX C TRAFFIC CONTROL CONCEPTUAL PLAN & PROPOSAL TRAFFIC CONTROL ENGINEERING, INC. rj,ts' September 23, 2021 Mr. Ben Davis, PE, Associate Civil Engineer City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Re: East Coast Hwy. and Marguerite Ave. Pavement Rehab. Newport Beach, Final Traffic Control Plan Dear Ben: Thank you for the opportunity to propose our services for traffic control design of the above construction project. The following is the cost proposal per our previous meeting with City of Newport Beach staff regarding the preparation of the above referenced Traffic Control Concept Plan. Traffic Control Engineering has a substantial track record in preparing Traffic Control Plans. Our familiarity with local government requirements will be the greatest asset in assuring a timely and cost effective product. SCOPE OF SERVICE The following is our proposed Scope of Services: 1. Define the Traffic Control necessary for the project. 2. Retrieve necessary base plans, i.e., Striping Plan, Signal Plan; Construction plans from various sources. 3. Field review to determine existing street system, driveways that may be affected, and existing traffic conditions. 4. Develop traffic control strategies and coordinate with Client to select the most cost effective plan. 5. Finalized traffic control plan, consistent with City's standards including signing, legends, and other construction detour standards. 6. Submit to Client for City's review and approval. 2687 Saturn St. TEL (714) 447-6077 Brea, Ca 92821 FAX (714) 447-6081 FEE PROPOSAL Street Location Side Streets Requiring Full Closure (cross gutter/full AC repair work) East Coast Hwy. @ side street (typical) - side street to be closed during working hours. - maintain existing through lane on ECH. Parking lane on ECH to be closed during working hours. New Curb/Gutter/Curb Ramps Work (ECH) East Coast Hwy. Dhalia Ave.- Heliotrope Ave. - maintain one lane of e/b traffic during working hours. - Goldenrod Ave. at ECH - Right -In -Right -Out - Close crosswalk and detour ped. to MacArthur BI. and Iris Ave. - City staff to modify traffic signal phasing and timing - Contractor to close crosswalk in the field. East Coast Hwy. Heliotrope Ave.- Larkspur Ave. - maintain one lane of e/b traffic during working hours. - Iris Ave. at ECH - Right -In -Right -Out - Close crosswalk and detour ped. to Goldenrod Ave. and Marguerite Ave. - City staff to modify traffic signal phasing and timing - Contractor to close crosswalk in the field. East Coast Hwy. Larkspur Ave.- Marguerite Ave. (night work) - maintain one lane of e/b traffic during working hours. East Coast Hwy. e/o Marguerite Ave. - maintain one lane of traffic in each direction during working hours. Marguerite Ave. 5th Ave. to East Coast Hwy. (Full Depth AC Repair) Marguerite Ave. 5th Ave. to East Coast Hwy. (closure/detour during day time work hours) - s/b detour using 5th Ave. and Poppy Ave. (on street parking maybe removed.) - n/b detour using Larkspur Ave. and 5th Ave.. (on street parking maybe removed.) AC Work (dig -outs and grinding/overlay) (ECH) - Night Work East Coast Hwy. Newport Coast Dr. - Poppy Ave. - maintain one lane of traffic in each direction on the right side of street - dig -outs may require phase construction. East Coast Hwy. Poppy Ave. - Marguerite Ave. - maintain one lane of traffic in each direction on the right side of street - dig -outs may require phase construction. East Coast Hwy. Marguerite Ave. - Macarthur Blvd. - South side work: - maintain one lane of e/b (s/b) traffic on the right side of street - dig -outs may require phased construction. - North side work: - closure/detour of w/b (n/b) traffic. - detour routes: Marguerite Ave.- San Joaquin Hills Rd. - San Miguel Dr. Macarthur Blvd.- ECH Assumption: o. No temporary traffic signal/striping design is included. o. Traffic and all roadways to be restored during non -working hours. o. Sidewalk/ramp closure and detour shall follow WATCH standard. No separate traffic control design included for sidewalk/ramp work. o. No Caltrans review/approval included. For budgetary purposes, we propose a lump sum fee of $50,000 for the final Traffic Control Plans with construction phasing according to the approved traffic control concept plans. Should the construction plan be revised, or should additional work effort be requested after start of our project, the fee will be amended to reflect only that amount of work which was necessitated by the revision. Submittal of a revision or a request for additional work by City will constitute authorization to amend the scope of services. Please feel free to call me at your convenience. Sincerely, TRAFFIC CONTROL ENGINEERING, INC. David Kuan, P.E., President TRAFFIC CONTROL CONCEPT PLAN PAVEMENT REHABILITATION PROJECT STAGE 1 - COAST HWY., DHALIA AVE TO HELIOTROPE AVE SOUTHBOUND PCC IMPROVEMENTS GOLDENROD AV • CITY STAFF TO MODIFY TRAFFIC SIGNAL PHASING AND TIMING TO CLOSE CROSSWALK AND SIDE STREET SIGNAL INDICATION. • RIGHT -IN AND RIGHT -OUT • CONTRACTOR TO CLOSE CROSSWALK IN THE FIELD • CLOSE CROSSWALK AND DETOUR RED TO MACARTHUR BL AND IRIS AVE. COAST HIGHWAY DHALIA AVE. FERNLEAF AVE. GOLDENROD AVE. HELIOTROPE AVE _ I _ �, LL f w r w w 6 C rr� i I r DHALIA AVE. CONTRACTOR SHALL PHASE FERNLEAF AVE. CONSTRUCTION. MAINTAIN 1 LANE CLOSE NORTHBOUND HELIOTROPE AVE. S/B DIRECTION RIGHT SIDE OF GOLDENROD AVE. LEFT -TURN LANE STREET DURING WORKING HOURS. DURING NON -WORKING HOURS/PEAK TRAFFIC HOURS: TRAFFIC AND ROADWAYS TO BE RESTORED AND OPEN TRENCHES TO BE STEEL -PLATED OR BACK -FILLED. LEGEND: SIGNALIZED INTERSECTION DIRECTION OF TRAVEL ® WORK ZONE WORKING HOURS 7:00 AM TO 4:30 PM WEEKDAYS NO 2 CONSECUTIVE SIDE STREETS SHALL BE CLOSED AT A TIME. CLOSE DRIVEWAY & SIDE STREET CONTRACTOR TO NOTIFY AND COORDINATE WITH ALL AFFECTED RESIDENTS & BUSINESSES AT LEAST TWO (2) WEEKS PRIOR TO CONSTRUCTION. COAST HWY:SuNORTH/SOUTH SHEET 1 OF 11 TRAFFIC CONTROL CONCEPT PLAN PAVEMENT REHABILITATION PROJECT STAGE 2 - COAST HWY., HELOTROPE AVE TO LARKSPUR AVE SOUTHBOUND PCC IMPROVEMENTS CLOSE NORTHBOUND LEFT -TURN LANE IRIS AVE HELIOTROPE AVE. ( IRIS AVE. CONTRACTOR SHALL PHASE CONSTRUCTION. MAINTAIN 1 LANE SIB DIRECTION RIGHT SIDE OF STREET DURING WORKING HOURS. DURING NON -WORKING HOURS/PEAK TRAFFIC HOURS: TRAFFIC AND ROADWAYS TO BE RESTORED AND OPEN TRENCHES TO BE STEEL -PLATED OR BACK -FILLED. COAST HIGHWAY LAR ,(SPUR AVE I JASMINE AVE 4 \ "IS AV JASMINE AVE LARKSPUR AVE. \� • CITY STAFF TO MODIFY TRAFFIC SIGNAL PHASING AND TIMING TO CLOSE CROSSWALK AND LEFT -TURN f� SIGNAL INDICATION. • CONTRACTOR TO CLOSE CROSSWALK IN THE FIELD. • CLOSE CROSSWALK AND DETOUR PED TO GOLDENROD AVE. AND MARGUERITE AVE. LEGEND: ('S) : SIGNALIZED INTERSECTION > DIRECTION OF TRAVEL ® WORK ZONE WORKING HOURS 7:00 AM TO 4:30 PM WEEKDAYS NO 2 CONSECUTIVE SIDE STREETS SHALL BE CLOSED AT A TIME. CLOSE DRIVEWAY &SIDE STREET CONTRACTOR TO NOTIFY AND COORDINATE WITH ALL AFFECTED RESIDENTS & BUSINESSES AT LEAST TWO (2) WEEKS PRIOR TO CONSTRUCTION. COAST HWY: NORTH/SOUTH SHEET 2 OF 11 TRAFFIC CONTROL CONCEPT PLAN PAVEMENT REHABILITATION PROJECT STAGE 3 - COAST HWY., LARKSPUR AVE TO MARGUERITE AVE SOUTHBOUND PCC IMPROVEMENTS RC1S-US\\pVE . x1GxNpY rn OOAST CO t - i �ASMiNE AVE AST y/CHWA \ R'DDLD LARKSPUR �� C'� i1 -'j .,� VE ``2 F-• u AVE _1 -ci "'\S A o •p . i _ s \ �6 G ✓ASMlNE � � __.._._ _ _ _:. y,4 � Wit+ _""" Mpgl LARKSPUR ATVE 'Z G CONTRACTOR SHALL MAINTAIN 1 LANE S/B DIRECTION RIGHT SIDE OF STREET DURING WORKING HOURS. N � DURING NON -WORKING HOURS/PEAK TRAFFIC HOURS: TRAFFIC AND ROADWAYS TO BE RESTORED AND OPEN TRENCHES TO BE STEEL -PLATED OR BACK -FILLED. •? �\ LEGEND: Lj) SIGNALIZED INTERSECTION DIRECTION OF TRAVEL ® WORK ZONE WORKING HOURS 9:00 PM TO 6:00 AM WEEKDAYS SG COAST HWY:NORTH/SOUTH SHEET 3 OF 11 TRAFFIC CONTROL CONCEPT PLAN PAVEMENT REHABILITATION PROJECT STAGE 4 - COAST HWY., FERNLEAF AVE TO MARGUERITE AVE MAINTAIN TWO (2) LANES EACH DIRECTION ON COAST HIGHWAY. COAST HIGHWAY DHALIA AVE. FERNLEAF AVE. GOLDENROD AVE. HELIOTROPE AVE. u : �m }.• •� _ _ 4i . Q t < S : I : DHALIA AVE. FERNLEAF AVE. HELIOTROPE AVE. COLDENROD AVE. EAST SIDE AND WEST SIDE (SIDE STREET IMPROVEMENTS) • SEE SHEET S DETAIL "A'. FOR SIDE STREET CLOSURE TRAFFIC CONTROL CONCEPT PLAN • DURING NON -WORKING HOURS/PEAK TRAFFIC HOURS: TRAFFIC AND ROADWAYS TO BE RESTORED AND OPEN TRENCHES TO BE STEEL -PLATED OR BACK -FILLED. COAST HIGHWAY yam\ d RKSPUR AVE a LA IRIS AVE. JASMINE AVE �+ (d a > 1 > m p b u WORKING HOURS IRIS AVE. JASMINE AVE LARKSPUR AVE. 7:00 AM TO 4:30 PM WEEKDAYS NO 2 CONSECUTIVE SIDE STREETS SHALL BE CLOSED AT A TIME. CLOSE DRIVEWAY & SIDE STREET : LEGEND: CONTRACTOR TO NOTIFY AND COORDINATE (s) SIGNALIZED INTERSECTION WITH ALL AFFECTED RESIDENTS & DIRECTION OF TRAVEL BUSINESSES AT LEAST TWO (2) WEEKS PRIOR TO CONSTRUCTION. ® WORK ZONE COAST HWY: NORTH/SOUTH SHEET 4 OF 11 TRAFFIC CONTROL CONCEPT PLAN Y PAVEMENT REHABILITATION PROJECT JI `, STAGE 5 - COAST HWY., MARIGOLD AVE. TO SEAWARD RD. MAINTAIN TWO (2) LANES EACH DIRECTION ON COAST HIGHWAY. qVE COAST HIGHWAY NARCISSUS AVE ORCHID AVE POINSETTIA AVE wy17, Ir a ti w ii f fi n Al AR/COLD qpE. p- n l; iT n� --C7.- "%I _- — per_ � io s,. p L I - _ n n �nr ,r� •I , T-� n n \ n- I�it aa� NARC/SSUS AVE �n ORCHID AVE. POINSETTIA AVE_ EAST SIDE AND WEST SIDE (SIDE STREET IMPROVEMENTSI • SEE DETAIL "A" FOR SIDE STREET CLOSURE TRAFFIC CONTROL CONCEPT PLAN. • DURING NON -WORKING HOURS/PEAK TRAFFIC HOURS: TRAFFIC AND ROADWAYS TO BE RESTORED AND OPEN TRENCHES TO BE STEEL -PLATED OR BACK -FILLED. i W DETAIL "A" TYPICAL SIDE STREET CLOSURE NTS SEAWARD RD. COAST HIGHWAY / , r POPPY AVE. HAZEL DR. pa y .s - y a r POPPY AVE. HAZEL DR. COMMUNY OUTREACH ONE-WAY STREET SEAWARD RD. • CONTRAITCTOR TO PROVIDE ADVANCED NOTICE OF CONSTRUCTION ACTIVITIES TO AFFECTED NEARBY RESIDENTS. • MAINTAIN LOCAL ACCESS WITH FLAGGER DURING WORKING HOURS. • DURING NON -WORKING HOURS/PEAK TRAFFIC HOURS: TRAFFIC AND WORKING HOURS ROADWAYS TO BE RESTORED AND OPEN TRENCHES TO BE STEEL -PLATED OR 7:00 AM TO 4:30 PM BACK -FILLED. WEEKDAYS NO 2 CONSECUTIVE SIDE STREETS SHALL BE CLOSED AT A TIME. OS DRIV AY SIDESTREET CONTRACTOR WAY NOTIFY AND COORDINATE WITH ALL AFFECTED RESIDENTS & BUSINESSES AT LEAST TWO (2) WEEKS PRIOR TO CONSTRUCTION. LEGEND: ($) SIGNALIZED INTERSECTION (P� POST NO STOPPING -ME SIGNS DIRECTION OF TRAVEL ® WORR ZONE COAST HWY:S NORTH/SOUTH SHEET 5 OF 11 TRAFFIC CONTROL CONCEPT PLAN PAVEMENT REHABILITATION PROJECT STAGE 6 - COAST HWY., HAZEL DR. TO MORNING CANYON RD. COAST HIGHWAY MORNING SEAWARD RD. CANYON RD. HAZEL [,DR, i F J t HAZELDR. CONTRACTOR SHALL PHASE CONSTRUCTION. MAINTAIN 1 LANE SEAWARD RD. S/B DIRECTION RIGHT SIDE OF STREET DURING WORKING HOURS. DURING NON -WORKING HOURS/PEAK TRAFFIC HOURS: TRAFFIC AND ROADWAYS TO BE RESTORED AND OPEN TRENCHES TO BE WORKING HOURS STEEL -PLATED OR BACK -FILLED. 7:00 AM TO 4:30 PM WEEKDAYS CONTRACTOR SHALL PHASE MORNING CONSTRUCTION. MAINTAIN 1 LANE CANYON RD. S/B DIRECTION RIGHT SIDE OF STREET DURING WORKING HOURS. DURING NON -WORKING HOURS/PEAK TRAFFIC HOURS: TRAFFIC AND ROADWAYS TO BE RESTORED AND OPEN TRENCHES TO BE STEEL -PLATED OR BACK -FILLED. LEGEND: SIGNALIZED INTERSECTION DIRECTION OF TRAVEL ® WORK ZONE COAST HWY: NORTH/SOUTH SHEET 6 OF 11 '-, // f Pha: CONTRACTOR SHALL SUPPLY 15 PORTABLE CHANGEABLE MESSAGE SIGNS (PCMS). EXACT LOCATIONS AND MESSAGES OF PCMS TO BE DETERMINED E CITY. TRAFFIC CONTROL CONCEPT PLAN PAVEMENT REHABILITATION PROJECT COAST HWY. - MACARTHUR BL. TO NEWPORT COAST DR. MARGUERITE AVE. - COAST HWY. TO 5TH AVE. (AC PAVEMENT REHAB WORK ONLY) Phase 4 1P Phase 3 c PE r[ p9S T f NOT TO SCALE MacArthur el. to Marguerite Ave. Marguerite Ave. to Poppy Ave. Poppy Ave. to Newport Coast Dr. Marguerite Ave. - Coast Hwy. to 5th Ave. (Closure/Detour) Work Hours: 9:00 PM to 6:00 AM Work Hours: 9:00 PM to 6:00 AM Work Hours: 9:00 PM to 6:00 AM Work Hours: 9'00 AM to 4'00 PM Northbound (north sldo): Coast Hwy Closure during Maintain 1 lane each direction on the right side of street during Maintain 1 lane each direction on the right side of street during Northbound Traffic Detour. Coast I Iwy. - Larkspur Ave. - Sth Ave. ,,.,king hunts (Night We, working hours (Night Work). working hours (Night Work). Southbound Traffic Detour: 5th Ave. Poppy Ave Coas: Southbound (south side): Coast Hwy, work shall maintain - - Hwy 1 lark cr h„flit on the rig'.l side of sheet ournng working hour (Night Work) SHEET 7 OF 11 v%v P PHASE 1 WORK AREA \ SOUTHBOUND COAST HWY: CONTRACTOR SHALL MAINTAIN 1 LANE OF TRAFFIC ON RIGHT SIDE OF STREET DURING WORKING HOURS. (NIGHT WORK) NORTHBOUND COAST HWY, r CLOSURE DURING WORKING HOURS. (NIGHT WORK) SEE DETOUR PLAN. a RJR NO 2 CONSECUTIVE SIDE STREETS SHALL BE CLOSED AT A TIME. R elµ I III � f u.i r nx_ .net �x f COAST HIGHWAY CONSTRUCTION PHASING — OUTSIDE LANES TII wuc arvui n w, cNws xu arr COAST HIGHWAY CONSTRUCTION PHASING — INSIDE LANES TII or TRAFFIC CONTROL CONCEPT PLAN PAVEMENT REHABILITATION PROJECT PHASE 1 — COAST HWY., MACARTHUR BL. TO MARGUERITE AVE. x _ 1— — NIGHT WORK 0 ?R (AC PAVEMENT REHAB WORK ONLY) r s a t : sN'O+v�N 's K f PRIMARY DETOUR ROUTE 0 0 i �� wma ro TO BE POSTED 2 EE.S To BE POSTED aosuxe ounwc aosune. �h Q t� dtt o p'fi pe\ t eat H SECONDARY ��\\ DETOUR ROUTE 10 BE POSTED ounwc «aE­`h e 1h QC. ce. u.l s PPJ To _WORKING HOURS E 9:00 PM TO 6:00 AM WEEKDAYS COAST HWY.: NORTH / SOUTH DETOUR MAP N.T.S. IV LEGEND: PRIMARY DETOUR ROUTE SECONDARY DETOUR ROUTE mroemesrs. WORK AREA acres PORTABLE CHANGEABLE MESSAGE SIGN. EXACT LOCATIONS AND MESSAGES OF PCMS TO BE APPROVED BY CITY OF NEWPORT BEACH SHEET 8 OF 11 e� 41 TRAFFIC CONTROL CONCEPT PLAN PAVEMENT REHABILITATION PROJECT PHASE 2 - COAST HWY., MARGUERITE AVE. TO POPPY AVE. NIGHT WORK (AC PAVEMENT REHAB WORK ONLY) k 4 t e` S+puc b 3 as b ��"a '9 e A 4 ao 1 �b COAST HIGHWAY CONSTRUCTION PHASING _OUTSIDE LANES Qj/�/j///%///////� _ I COAST HIGHWAY CONSTRUCTION PHASING - INSIDE LANES 0 PHASE 2 ou WORK AREA 'STyt CONTRACTOR SHALL PHASE CONSTRUCTION. MAINTAIN 1 LANE OF TRAFFIC ON THE RIGHT SIDE OF RAISED MEDIAN DURING WORKING HOURS (NIGHT WORK). NO 2 CONSECUTIVE SIDE STREETS SHALL BE CLOSED AT A TIME. WORKING. HOURS 9:00 PM TO 6:00 AM WEEKDAYS COAST HWY.: NORTH / SOUTH "*erg i �aM1~�b i DETOUR MAP N.T.S. LEGEND: —" WORK AREA SHEET 9 OF 11 TRAFFIC CONTROL CONCEPT PLAN PAVEMENT REHABILITATION PROJECT PHASE 3 - COAST HWY. POPPY AVE. TO NEWPORT COAST DR. - NIGHT WORK (AC PAVEMENT REHAB WORK ONLY) o a �p R I "I COAST HIGHWAY CONSTRUCTION PHASING -OUTSIDE LANES 0-1-111-1 in i�u cross s�c�ux) COAST HIGHWAY CONSTRUCTION PHASING -INSIDE LANES w PHASE 3 WORK AREA CONTRACTOR SHALL PHASE CONSTRUCTION. MAINTAIN 1 LANE EACH DIRECTION RIGHT SIDE OF STREET DURING WORKING HOURS (NIGHT WORK). FBENO 2 CONSECUTIVE SIDE STREETS SHALL CLOSED AT A TIME. N.T.S. WORKING_ HOURS 9:00 PM TO 6:00 AM LEGEND: WEEKDAYS - - WORK AREA COAST HWY.: NORTH / SOUTH SHEET 10 OF 11 TRAFFIC CONTROL CONCEPT PLAN PAVEMENT REHABILITATION PROJECT PHASE 4 - MARGUERITE AVE., COAST HWY. TO 5TH AVE. DAY WORK (AC PAVEMENT REHAB WORK ONLY) BETWEEN 2ND AVENUE AND — STH AVENUE REMOVE PARKING a�F,P �GovO ON SOUTH SIDE OF LARKSPUR AVENUE - DURING WORKING HOURS (DAY WORK). BETWEEN COAST HIGHWAY AND Qo� 2ND AVENUE REMOVE PARKING ON BOTH SIDES OF STREET GOV DURING WORKING HOURS (DAY WORK). STREET IMPROVEMENET — `w MARGUERITE AVE. BETWEEN BAYSIDE DR. & COAST HWY.: CLOSE AND DETOUR BOTH MARGUERITE AVE. PQG AND BAYSIDE DR. DURING�y WORKING HOURS (NIGHT WORK). s / WORKING HOURS B:00 AM TO 4:30 PM WEEKDAYS EXPECTED DURATION: 7 WEEK COAST HWY.: NORTH / SOUTH Sgro �'9Po�N HILLS RD. �NLfT pR T S 0 J Cf 0 Mww \ 'p N.T.S. iun K'm o� PHASE 4 WORK AREA NO 2 CONSECUTIVE SIDE STREETS SHALL BE CLOSED AT A TIME. (DAY WORK) STH V / — BETWEEN COAST HIGHWAY AND 5TH AVENUE REMOVE PARKING ON NORTH SIDE OF POPPY AVENUE DURING WORKING HOURS P4F' (DAY WORK). QQ 'o BETWEEN COAST HIGHWAY AND FIRST ALLEY E/O COAST HWY. REMOVE PARKING ON SOUTH SIDE OF STREET DURING WORKING HOURS (DAY WORK). �0 LEGEND: ---�- EASTBOUND DETOUR ROUTE 1 WESTBOUND DETOUR ROUTE WORK AREA acMs PORTABLE CHANGEABLE MESSAGE SIGN. EXACT LOCATIONS AND MESSAGES OF PCMS TO BE APPROVED BY CITY OF NEWPORT BEACH SHEET 11 OF 11 City of Newport Beach Insurance Compliance PO Box 100085 - FV Duluth, GA 30096 November 30, 2021 All American Asphalt 400 East Sixth Street Corona, CA 92879 Reference Number: 7807-2 This Account has moved from non -compliant to COMPLIANT status and currently in compliance for certificate of insurance requirements. As of the date above, your insurance meets City of Newport Beach insurance requirements. We appreciate your efforts and those of your insurance agent in working with our insurance representatives. Please call us at (951) 766-2285 if you have any questions. Sincerely, City of Newport Beach Compliant Notice [CA1]