Loading...
HomeMy WebLinkAboutC-8728-2 - Newport Coast Drive and Balboa Blvd Pavement RehabilitationCITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.gov February 5, 2024 All American Asphalt Attn: Mark Luer 400 E. Sixth Street Corona, CA 92879 Subject: Newport Coast Dr and Balboa Boulevard Pavement Rehabilitation - C-8728-2 Dear Mr. Luer: On November 28, 2023, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on November 29, 2023, Reference No. 2023000295404. The Surety for the bond is Fidelity and Deposit Company of Maryland and the bond number is 7669602. Enclosed is the Labor & Materials Payment Bond. Sincerely, Akw*k", s Leilani I. Brown, MMC City Clerk Enclosure Premium is included in the performance bond Executed in: 2 Counterparts EXHIBIT A CITY OF NEWPORT BEACH BOND No. 7669602 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt hereinafter designated as the "Principal," a contract for: the work necessary for the completion of this contract consists of mobilization and demobilization; best management practices (BMP); staking and survey monument restoration; traffic control plan preparation and implementation; clearing and grubbing, utility company coordination and utility verification; removal of existing roadway improvements, subgrade preparation, cold milling of existing asphalt pavement and PCC pavement; construction of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs, PCC sidewalk, PCC driveway; PCC cross gutter and spandrels, PCC pavement, PCC curb and gutter, PCC curb, PCC curb ramps, PCC truncated domes on existing curb ramps; root pruning of existing trees and installation of root barriers; utility adjustments; streetlight relocation, installation of new traffic signal conduits and pull boxes, replacement of traffic signal loop detectors, installation of advanced loop extensions, and installation of new bike detector loop cables; traffic signage improvements, striping and painted curb improvements, repairs to impacted or damaged landscaping and irrigation system improvements; as -built plan preparation, and all other work required by the contract documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, 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 Five Million Six Hundred Sixty Nine Thousand Two Hundred Sixty Eight Dollars and 601100 ($5,669,268.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for All American Asphalt Page A-1 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. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 3rd day of January 023 . 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 ATTOR.NEY;S OFFICE By: a n C. H Authorized Signature/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-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv. or validity of that document. State of California County of Riverside On January 10, 2023 before me, Kenona Nazari, Notary Public Dale Here Insert name and Title of the Officer personally appeared „ >H KENONA NAZAR1 ., Notary Public • California Riverside County ] F Commission N 2318601 My Comm. Expires Jan 10, 2024 Y r�ari►s�lr�v Place Notary Seal Above - NameW or Signeria) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Were subscribed to the within instrument and acknowledged to me that he/sheithey executed the same in histher4hP' authorized capacity(ie&), and that by his(herfttieip signature(&) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my And%—ndVicial seal. 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: January 3, 2023 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: Mark Luer ❑ Individual XCorporate Officer —Title(s): President ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: Signer's Name: ❑ Individual ❑ Corporate Of ❑ Partner ❑ ❑ L ❑ Attorney in F, ❑ Trustee ❑ Other' Title(s): _ ❑ General Signer is Representing: "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 }SS. 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 Page A-3 CALIFORNIA ;nil PU;^P•Sf- ACKNOWLEDGMENT CIVIL C•►' ;e \' m4. L{{•.uiNya¢S s� r' ¢/"`V�¢ . a <.. • s ¢.cS .i \,ci¢r U' a1 h xa s� ..........."Na 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 01/03/2023 before me, Alma Karen Hernandez, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Name(h�,of SignerN who proved to me on the basis of satisfactory evidence to be the persons} whose name(s). is/we subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized oapacity4os), and that by his/her/their signatureZ4on the instrument the person* or the entity upon behalf of which the person(4 acted, executed the instrument, ar yf ALMA RAREN HERNANDEZ s Notary Public • California z = Orange County Commission 9 2390906 My Comm, Expires Jan 16, 2026 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public OPTIONAL Though this section is optionat, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Desoriptlon of Attached Document Title or Type of Document: ... Payment Bond No. 7669602 Document Date: 01/03/2023 Number of Pages: Three 3 Signer's) Other Than Named Above: All American Asphalt Capacity(fos) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer --' Title(s): __ ❑ Partner — ❑ Limited 0 General • Individual WAttorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing; Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partnor -- ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact • Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: air 0 1 • • • • • • • • :11 ® �' C11 a e7L +1 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 loth 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 3rd day of January , 2023 . ea "arm ��"0o�t we nofopeo <a4'yoxeo�gA ��IIIll`SFAL B ("SEALmj� 6 SFAL)�_ vmmn°S 'xmwun,�„a° „��mn��o•d rtt?�i� By: Mary Jean Pethick 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 800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: reportsfelaims(a)zurichna. corn Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 No. 2479.4 STATE OF CALIFt7RNM DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of theState of Calornia, Fidelity and Deposit Company of Maryland offilinois organizedunderthe lawsgff/haois, subject toitsArttotesoftivcorporationoi-othe•funtlaruentaC organbrationaido'ctunanag ishei•eby anthoriaed to transaetwithintht6rState, subject to all provisions ofthis Cetilfrcate, the foltouringClasses of Insurance: Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation, Boiler and Machinery, Burglary, Credit, Spr ulder,'ream and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or irray herea, fter be dtf ned in tine Insurance Laws of the State of Cal f arch. THIS CBRTIFICATL; is expressly conditioned upon the holder hsreofnow and hereafXer being in full compliance with all, and not in violation ofary, ofthe gnrillcable laws and lawful requirements made tinder authority ofther laws ofthe State ofCalilornta as long as.such laws or requirernenteare in effect and applicable, and as such laws and requirements now are, or• nray hcreafler be changed or amended. IN WITNESS WHEREOF, effective as of the 12e' day of March, 2019,1 have set vry hand and caused my official seal to be tifftxedthts 12'h da)+ofMarchl 2019. Ricardo Lary h6ourame Connresitoner By Valerie Sarfety for Catalina Mayes -Bautista Asurnareu Chef 1.1dy,ey NOTIG73i. Qualifloadon with theftereery of State most be accomplished asroquirad by the Calffmnla Corporations Coda promptly after iasaanno of this Cctfllicate ofAutleadty. raemato do so will boa violation oflmorance.Coda scciloa 9Ql andwillbe gtoundstor revoking this Certificate of Autborhy'pursumatto the covenants made In the application therefor and the conditions contained heroin. 11/29/23. 11:18 AM Batch 16694896 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 I111IIIIIII11I 1111111111111111111IIIIIIIII11111I III IN NO FEE +$ R 0 0 1 4 6 7 5 5 0 5 $ * 202300029540411:16 am 11/29123 90 CRSC06 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Govemment 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 29, 2022. Said Contract set forth certain improvements, as follows: Newport Coast Drive and Balboa Boulevard Pavement Rehabilitation - C-8728-2 Work on said Contract was completed, and was found to be acceptable on November 28 2023, 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 Pul5lic NP,;,o—tks Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. t h Executed on �Y/tL _, at Newport Beach, Califorria. BY City Clerk Clerk https://gs.secure-ords.com/Batch/Confirmation/16694896 212 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 29, 2022. Said Contract set forth certain improvements, as follows: Newport Coast Drive and Balboa Boulevard Pavement Rehabilitation - C-8728-2 Work on said Contract was completed, and was found to be acceptable on November 28, 2023, 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 l�)A Pu lic o ks Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ,, pp Executed on 1?�°I3 at Newport Beach, California. BY /�--- 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 3rd day of November, 2022, at which time such bids shall be opened and read for NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 $5,200,000 Engineer's Estimate Approved by (James M. Houlihan ,ut/puty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www_planetbids.com/12ortal/portal.cfm?CompanyID=22078 Hard copy plans are available via Mouse Graphics at (949) 548-5571 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" For further information, call Benjamin Davis, Project Manager at (949) 644-3317 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE. nu�_vywvv.new x)rtbeacl-ica go\/rgovernmenticlala-hubioaline- ervicesibi(J -rf s-,/endor- rec isiration - -- ---- _ ._ City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 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 SPECIAL PROVISIONS............................................................................................ SP-1 2 City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 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 Sealea Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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. 3 Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 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 4 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, 267073 - Class A & C12 Contractor's License No. & Classification 1000001051 & 06/30/2023 �r� �J DIR Registration Number & Expiration Date Date All American Asphalt Bidder 5 Vice President Bond No. 08597423 Bid Date: 11/03/2022 City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 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 Newport Coast Drive and Balboa Boulevard Pavement Rehabilitation, Contract No. 8728-2 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 24th 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 day of October , 2022. AdthorizedStgnatureffitle 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 tint the truthf ilness. accuracv. or validity of that document. State of California County of Riverside on October 28, 2022 before me,_ Kenona Nazari, Notary Public Dale Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(e}of Signers) 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/taer/their authorized capacity(ies), and that by his/herA4& signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. �._?°.,, KENONANAZARI W�'` Notary Public • California Z I certify under PENALTY OF PERJURY under the laws of the State of Z Riverside County California that the forgoing paragraph is true and correct. Z � ° Commission a 2318601 `�r���c�"`' My Comm. Expires Jan t0, 2024 WITNESS my d and official seal. 1 Signature Place Notary Seal Above Signature of Notary Pu c 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 Bid Bond — City of Newport Beach Document Date: October 24, 2022 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(s): Vice President ❑ Partner ❑ ❑ Limited ❑ General RIGHT THUMBPRINT ❑ Attorney in Fact OF SIGNER ❑ Trustee Top of thumb here ❑ Other: Signer is Representing: ❑ Corporate Officer — Ti (le(s): _ Partner u ❑ Limite /❑ ❑ General ❑ Attorney in Fact ❑ Trustee / ❑ Other: Signer is Representing: ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ** Please See Attached ** 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 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 (seal) Thumbprint of Signer ■❑ Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT 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 } 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 0 (seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ,CC!siC!vaC.G��C.mR.e�,a�t.e�C�C�Ce�t.2Cs�C.a¢.e�Ce�¢s� ..9aC�C�Cv,. s�s�� .Gn4.T•..�Cs�C,v� .ACe�¢-e�C�t� e� .�<.a. �.a �. � �e�...�.. _... _... 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 10/24/2022 Date before me, Alma Karen Hernandez, Notary Public personally appeared Rebecca Haas -Bates Here Insert Name and Title of the Officer NameKof Signerj`s,1 who proved to me on the basis of satisfactory evidence to be the person* whose name(. is/tee subscribed to the within instrument and acknowledged to me that ile/she/they executed the same in flis/her/thQjr authorized capacity(L , and that by his/her/their signatures on the instrument the person(*, or the entity upon behalf of which the personK acted, executed the instrument. ;E"�'..r.,F ALMA KAREN HERNANDEZ W Notary Public - California z Orange County > ` Commission 4 23909�20 ��•o." My Comm. Expires Jan 126 y Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Z�_ Z____ _`�Z Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 10/24/2022 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 [, Attorney in Fact Trustee El Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: .G'•✓GL.<\:.:.«.G'.•�G`.4`'✓.G�••'�G�G�G'✓GVG�✓G�.S'✓G`..�..�'a'4�.:'ni •ar yG�'✓.<�✓.'L1eii -ri6�."✓G\�G G<✓G\✓G"✓ '✓✓G'•J4'•✓G'LG�.G'✓:'✓G�✓G' O 1 • • • • • • • • :11 • :11 . •: •1 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, 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 24th day of October 2022 �Ni ti!isaq�"y,, vai+t4 e of i0: 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.reportsfclaims@zurichna.com 800-626-4577 City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. All American Asphalt __- Bidder Authorized Signature/Title Edward J. Carlson, Vice President 9 City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name 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 French Valley Airport - Runway 18-36 Project Description Runway Improvements Approximate Construction Dates: From 04/2020 To: 07/2020 Agency Name Economic Development Agency for County of Riverside Contact Person Scott Swonke Telephone ( 951-955-9722 $2,046,047.00 Original Contract Amount $ Final Contract Amount $ 2,470,826.07 If final amount is different from original, please explain (change orders, extra work, etc.) $424,779.07 change order Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No claims 10 No. 2 Project Name/Number Granite Hill Drive Pavement Rehabilitation Project Description Full Depth Reconstruction, Grind and Overlay, Construction of New AC Berm Approximate Construction Dates: From 04/2020 Agency Name City of Jurupa Valley To: 10/2020 Contact Person Chase Keys Telephone ( ) 951-332-6464 $999,777.00 Original Contract Amount $ Final Contract Amount $ 999,777,00 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. No claims No. 3 Project Name/Number Annual Residential Street Rehabilitation - Phase 1 Construction of Cold Mill, ARHM Pavement, AC Base Course, Full Depth AC Project Description Slot Pavement Approximate Construction Dates: From 05/2020 To: 11/2020 Agency Name City of Compton Contact Person Brittany Duhn (Z&K Consultant) Telephone ( ) 949-637-5040 $5,295,068.00 Original Contract Amount $ Final 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. No claims 11 No. 4 Project Name/Number Street Pavement Maintenance & Rehabilitation Project # 2020-01 Project Description Pavement Maintenance & Street Rehabilitation Approximate Construction Dates: From 06/2021 To: 01 /2022 Agency Name City of Corona Contact Person Barry Ghaemi Telephone ( ) 951-736-2400 $ 3,471,178.00 3,471,178.00 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. No claims No. 5 Project Name/Number Slurry Seal Project FY 19/20 Project Description Slurry Seal Project, and Pavement Improvements Approximate Construction Dates: From 04/2020 To: 05/2021 Agency Name City of Dana Point Contact Person Scoff Fisher Telephone ( ) 949-248-3577 $ 1,897,897.00 Original Contract Amount $ Final Contract Amount $ $ 1,897,897.00 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. No claims 12 No. 6 Project Name/Number Rossmoor Collectors Grind & Orverlay Project Description Street Pavement & Roadway Improvements Approximate Construction Dates: From 04/2021 Agency Name County of Orange To: 12/2021 Contact Person Stephen Clayton Telephone ( ) 714-995-0206 $ 2,148,320.90 Original Contract Amount $ Final Contract Amount $ $ 2,148,320.90 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. No claims Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. All American Asphalt Bidder Authorized Sign-afure/Title Edward J. Carlson, Vice President 13 P.O. Box 2229, Corona, CA 92878-2229 Doug Harrington Work History 1996—Present All American Asphalt Corona, CA Construction Manager • Supervise construction activities for general engineering contractor. • Manage grading, concrete, and paving operations for both public and private work projects. 1990-1996 Paving Superintendent • Managed all paving operations. • Responsible for organizing personnel, equipment and materials for paving projects. • Responsible for project acceptance. • Handled customer inquiries and complaints. 1988-1990 Foreman • Managed daily operations for grading, concrete, paving and public works projects. • Responsible for quantity verification and contract changes. 1977-1983 Industrial Asphalt/Hunt Mix Irwindale, CA Operating Engineer • Responsible for daily maintenance and operation of various heavy machinery. Additional Information Attended various educational classes relating to the construction industry including: - Agtec Pointman Training (Non contact sensor grade control) - Asphalt Technology PAST WORK REFERENCES WITH CHANGE ORDERS 2020 Economic Development Agency for County of Riverside French Valley Airport — Runway 18-36 P.0 Box 1180 Riverside, CA Contact: Scott Swonke (951) 955-9722 scott. swonkep_rneadhunt. corn City of Victorville Third Avenue Road Improvements 14343 Civic Drive Victorville, CA 92393 Contact: Bruce Miller (760) 955-5085 biniiler(cD_vicioivil leca. qov City of Menifee Ethanac Rd. & Sherman Rd. Street Resurfacing Project 29844 Haun Road Menifee, CA 92586 Contact: Run Chen (951) 723-3790 rchen(a7cityofinenifee.us City of Rolling Hills Estates Resurfacing Project on Palos Verde Dr and Highridge Rd. FY 2020-21 4045 Palos Verdes Drive North Rolling Hills Estates, CA Contact: Mike Bustos (805) 653-6567 mbustos(d)willdan.com Contract Amount: $2,046,047.00 Change Orders: $424,779.07 Final Paid Amount: $2,470,826.07 Reason: Per Agency Changes/Requests Start Date: 04/2020 End Date: 07/2020 Contract Amount: $1,790,000.00 Change Orders: $83,016.00 Final Paid Amount: $1,706,984.00 Reason: Change in Scope Start Date: 5/2020 End Date: 10/2020 Contract Amount: $1,204,929.68 Change Orders: $55,059.65 Final Paid Amount: $1,259,989.33 Reason: Increased Quantity Start Date: 0512020 End Date: 07/2020 Contract Amount: $576,635.00 N. Change Orders: $10,269.30 Final Paid Amount: $586,904.32 Reason: Modify Pillar at Ramp and 4 Changeable Message Signs Start Date: 07/2020 End Date: 12/2020 2020 PAST WORK REFERENCES City of Ontario 303 East B Street Ontario, CA 91764 Contact: Ariana Kern (909) 395-2129 akern .ontarioca.gov City of Loma Linda 25541 Barton Road Loma Linda, CA 92354 Contact: T. Jarb Thaipejr (909) 799-4400 ithaipe4r@lomalinda-ca.gov City of Jurupa Valley 8920 Limonite Avenue Jurupa Valley, CA 92509 Contact: Chase Keys (951) 332-6464 ckeys .iurupavalley.org County of Orange 601 N. Ross Street, 4ch Floor Santa Ana, CA 92701 Contact: Albert Rodriguez albert.rodriguezna ocpw.ocgov.com City of Compton 205 S. Willowbrook Avenue Compton, CA 90220 Contact: Brittany Duhn (Z & K Consultants) bduhnAzandkconsultants.com City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Contact: Joe Fuentes (714) 536-5259 jfuentes(cDsurfcity- hb.org 2020 Fall Pavement Rehabilitation Project Contract Amount: $2,499,333.00 Start Date: 07/2020 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 pkharazmianewportbeachca.gov City of Westminster 8200 Westminster Boulevard Westminster, CA 92683 Contact: Theresa Tran (714) 548-3460 ttran westminster.ca.gov Crescenta Valley Water District 2700 Foothill Boulevard La Crescenta-Montrose, CA 91214 Contact: Brook Yared (818) 236-4117 bvarecl,cvwd.com City of Alhambra 111 S. 151 Street Alhambra, CA 91801 Contact: Robert Bias (626) 580-5000 rbias(a)cityofalhambra. org County of Ventura 800 S. Victoria Avenue, #1600 Ventura, CA 93009 Contact: Matt Maechler (805) 477-1911 matthew.maechler(a)ventura.org City of Camarillo 601 Carmen Drive Camarillo, CA 93010 Contact: Thang Tran (805) 388-5345 ttranCa)cityofcamarilio.org Cameo Highlands Street Reconstruction Contract Amount: $2,425,694.00 Start Date: 07/2020 End Tirne: 11/2020 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 2020 PAST WORK REFERENCES City of Norco FY 2019-2020 Slurry Seal Project 2870 Clark Avenue Contract Amount: $147,708.97 Norco, CA 92860 Start Date: 06/2020 Contact: Sam Nelson (951) 270-5607 End Date: 12/2020 snelson@ci.norco.ca.us City of Orange 300 E. Chapman Avenue Orange, CA 92886 Contact: Martin Varona (714) 744-5563 mvarona(a_)cityoforange.org Los Angeles County Department of Public Works 900 S. Freemont Avenue Alhambra, CA 91803 Contact: Arthur Chu (310) 348-6448 achu(a)dpw.lacounty.gov Los Angeles County Department of Public Works 900 S. Freemont Avenue Alhambra, CA 91803 Contact:Christopher Poston (310) 348-6448 coostonAdpw.lacounty.gov Annual Slurry Seal FY 19-20 Various Locations Contract Amount: $377,737.78 Start Date: 06/2020 End Date: 12/2020 Pavement Preservation (Seal Coats) S. Los Angeles JOC6680-300.00 — 149`h & Central Rosewood Area Stanford Ave, et al. (Ph.1) Contract Amount: $971,053.10 Start Date: 09/2020 End Date: 10/2020 Pavement Preservation (Seal Coats) N. Los Angeles JOC6679-200.00 — Stevenson Ranch — Stevenson Ranch Tract (Ph. 1) Contract Amount: $726,377.38 Start Date: 08/2020 End Date: 09/2020 PAST WORK REFERENCES Colony Commerce C/O Caprock Partners 1300 Dove Street Suite 200 Newport Beach, CA 92660 Contact: Eric Nutter (949) 428-1400 Ext. 209 enutter@moote.com Lennar Homes 25 Enterprise #300 Aliso Viejo, CA 92656 Contact: Diane Hannon (949)349-8000 Diane.hannon@lennar.com City of Norco 2870 Clark Ave. Norco, AC 92860 Contact: Todd Shank (951) 270-5603 Todd.shank@norco.ca.us Los Angeles Department of Water and Power I I I North Hope Street, L-43 Los Angeles, Ca 90012 Contact: Joelle Morisseau (213) 367-0123 JoeIle.morisseau@LADWP.com City of Dana Point 33282 Golden Lantern Dana Point, CA 92629 Contact: Scott Fisher (949) 248-3577 sfisher@DanaPoint.org City of Corona 400 South Vicentia Corona, CA 92852 Contact: Barry Ghaemi (951) 736-2400 b haemi o,Coronaca.gov. Archibald St. Improvements Contract Amount: $1,949,000.00 Start: 12/2019 Completed: 12/2021 Merrill & Haven Street Improvement Contract Amount: $1,481,832.15 Start: 6/2020 Completed: 12/2021 Wayne Makin Park Slurry Seal Project Contract Amount: $52,725.89 Start: 10/2021 Completed: 12/2021 Pine Tree Power Plant Access Road Repair Improvements Contract Amount: $810,400.00 Start: 5/2021 Completed: 7/2021 Slurry Seal Project 19/20 Contract Amount: $1,897,897.00 Start: 04/2020 Completed: 05/2021 Street Pavement Maintenance & Rehabilitation Project No. 2020.01 Contract Amount: $3,471,178.00 Start: 6/2021 Completed: 1 /2022 2021 PAST WORK REFERENCES City of Anaheim 200 S. Anaheim Boulevard Anaheim, CA 92805 Contact: Jose Cortez (714) 765-5039 icortez@anaheim.net County of Orange 601 North Ross Street Santa Ana, CA 92701 Contact: Stephen Clayton (714) 995-0206 Stephen.clayton@ocpw.ocgov.com City of Norwalk 12700 Norwalk Blvd. Norwalk, CA 90650 Glen W. C. Kau (562) 929-5723 gkaugnorwalkca.gov City of Garden Grove 11222 Acacia Pkwy Garden Grove, CA 92840 Navin Maru (714) 741-5180 nmaru@g c�ity.org State College Boulevard Improvement from Ball Road to SR 91 Freeway Contract Amount: $484,848.00 Start: 8/2021 Complete: 4/2022 Rossmoor Collectors Grind & Overlay Contract Amount: $ 2,148,320.90 Start: 4/2021 Complete: 12/2021 Local Streets Rehabilitation Zone 27 East of Gard — No. 7925.3 Contract Amount: $1,051,330.00 Start: 6/2021 Completed: 12/2021 Arterial STS. Rehabilitation Contract Amount: $3,185,281.00 Start: 6/2022 Complete: 12/2021 City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 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 party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. All American Asphalt = 6" Bidder Authorized'SignaturelTitle Edward J. Carlson, Vice President Subscribed and sworn to (or affirmed) before me on by satisfactory evidence to be the person(s) who a I certify under PENALTY OF PERJU Y paragraph is true and correct. [SEAL] 14 7 day of 'IO° 2022 proved to me on the basis of e me. laws of the State of California that the foregoing Notary Public My Commission Expires: CALIFORNIA JURAT GOV CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracy, of validity of that document. State of California County of Riverside *my KENONA NAZARI Notary Putlit - California Riverside CountyCommission i 231860. Comm. Expires Jan 10, 2024 Subscribed and sworn to (or affirmed) before me on this 28th day of October , 2022, 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 Affidavit Document Date: 10-28-22 Number of Pages: 1 Signer(s) Other Than Named Above: None Top of thumb here Top of thumb here City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 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): Zurich American Insurance Company 777 S Figuero Street, Suite 3900 Los Angeles, CA 90017 213-270-0600 Foundation Risk Partners, Corp. dba Millennium Risk Management & Insurance Services 5530 Trabuco Road Irvine, CA 92620 Rebecca Haas -Bates, Surety Account Executive - RebeccaH@mcsins.com 949-679-7116 15 City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 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 2021 2020 2019 2018 2017 Total 2022 No. of contracts 749 966 933 1051 1146 1174 6,019 Total dollar Amount of Contracts (in 308,061 277,711 261,406 287,961 331,655 301,539 1,768,333 Thousands of $ No. of fatalities 0 0 0 0 1 0 1 No. of lost Workday Cases 0 0 0 12 16 16 51 No. of lost 0 0 0 0 0 0 0 workday cases involving 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. "tL ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES ALL AMERICAN .-11_ P d4A L.1 .._ To whom it may concern, On May 3, 2019, 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, C David Pease Consultant 1 Legal Business Name of Bidder All American Asphalt Business Address: 400 E. Sixth Street Corona, CA 92879 Business Tel. No.: 951-736-7600 State Contractor's License No. and Classification: 267073 - Class A & C12 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 b id d--�s� Date ; J '2t6' T� Title Mark Luer, President Signature of bidder Date Title Edward J. Carlson, Vice President Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] 17 CALIFORNIA 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 triithfltlness. accuracv. or vnlidiiv of that dnenmenl. State of California County of Riverside on October 28, 2022 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Mark Luer and Edward J. Carlson 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 #e/s#e/their executed the same in i 10;er/their authorized capacity(ies), and that by #i /#er-/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. KENCINA NAZARI r 7 Notary Public California Z I certify under PENALTY OF PERJURY under the laws of the State of Commission County California that the forgoing is true and correct. +` Commission ✓t 2318601 9 9 My Comm, Expires Jan 10, 2024 WITNESS my d and official seal. Signaturej�J 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 Rage of Bidder's Information— City of Newport Beach Document Date: October 28, 2022 Number of Pages: 1 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Mark Luer ❑ Individual X Corporate Officer — Title(s): President ❑ Partner ❑ ❑ Limited o General RIGHT THUMBPRINT o Attorney in Fact OF SIGNER o Trustee Top of Ihumb here ❑ Other: Signer's Name: Edward J. Carlson o Individual X Corporate Officer — Title(s): Vice President ❑ Partner C o Limited o General THUMBPRINTRIGHT o Attorney in Fact OF SIGNER ❑ Trustee Top of thumb here ❑ Other: Signer is Representing: Signer is Representing: City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 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 HM City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Corporation Business Address: 400 E. Sixth Street Corona, CA 92879 Telephone and Fax Number: 951-736-7600 & 951-736-7646 California State Contractor's License No, and Class: 267073 - Class A & C12 (REQUIRED AT TIME OF AWARD) Original Date Issued: 01/19/1971 Expiration Date:01/31/2024 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 Doug Harrington , Superintendent PO Box 2229 Corona, CA 92878 (951) 453-9000 Kimberly Bird, Project Manager 400 E. Sixth Street Corona, CA 92879 (951) 763-7600 Edward J. Carlson, Vice President 400 E. Sixth Street Corona, CA 92879 (951) 736-7600 Mark Luer, President 400 E. Sixth Street Corona, CA 92879 ( 951) 736-7600 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 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. N/A 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 ED 20 Are any claims or actions unresolved or outstanding? Yes I 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. All American Asphalt Mark Luer, President (Print name of Owner or President of Corporation/Compa Authorized Signature/Title i Mark Luer, President Title Date On before me, , Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or te entity on behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY and paragraph is true and correct. I" WITNESS my hand and official Notary Public in and fopglaid State My Commission Expires: 21 of the State of California that the foregoing (SEAL) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verities only the identity of the individual who signed the dncument to which thiq certificate is attached. and not the truthfulness. accuracv. nr validity of that document. State of California County of Riverside On October 28, 2022 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Mark Luer Name(s}of Signer(s}_ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/4e4their authorized capacity(ies), and that by his/her/their signature(&) on the instrument the person(&), or the entity upon behalf of which the person(&) acted, executed the instrument. 90my KENONANAZARI Notary Public • California I certify under PENALTY OF PERJURY under the laws of the State of Riverside CountyCalifornia that the for oin ara ra h is true and correct. Commission � 23t8601 9 9 p 9 P Comm. Expires Jan 10, 2024 WITNESS my han nd official seal. Signature Place Notary Seal Above ignature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Information required by Bidder Signature page — City of Newport Beach Document Date: October 28, 2022 Number of Pages: Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Mark Luer Signer's Name: ❑ Individual o Individual X Corporate Officer — Title(&): President ❑ Corporate Officer — ❑ Partner �] ❑ Limited o General ❑ Partner ❑ ❑ Limited RIGHTTHUMBPRINT ❑ Attorney in Fact OF ❑Attorney in Fact 1 ❑ Trustee Top of thumb he ❑ Trustee % ❑ Other: � ❑ Other: Signer is Representing: Signer is Representing: General City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 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 NEWPORT COAST DR AND BALBOA BOULEVARD PAVEMENT REHABILITATION CONTRACT NO. 8728-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 29th day of November, 2022 ("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: The work necessary for the completion of this contract consists of mobilization and demobilization; best management practices (BMP); staking and survey monument restoration; traffic control plan preparation and implementation; clearing and grubbing, utility company coordination and utility verification; removal of existing roadway improvements, subgrade preparation, cold milling of existing asphalt pavement and PCC pavement; construction of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs, PCC sidewalk, PCC driveway; PCC cross gutter and spandrels, PCC pavement, PCC curb and gutter, PCC curb, PCC curb ramps, PCC truncated domes on existing curb ramps; root pruning of existing trees and installation of root barriers; utility adjustments; streetlight relocation, installation of new traffic signal conduits and pull boxes, replacement of traffic signal loop detectors, installation of advanced loop extensions, and installation of new bike detector loop cables; traffic signage improvements, striping and painted curb improvements, repairs to impacted or damaged landscaping and irrigation system improvements, as -built plan preparation, and all other work required by the contract documents (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 8728-2, 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 Five Million Six Hundred Sixty Nine Thousand Two Hundred Sixty Eight Dollars and 50/100 ($5,669,268.50). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work, 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Kimberly Bird 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. All American Asphalt Page 2 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: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 All American Asphalt Page 3 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 Street 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 Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. All American Asphalt Page 4 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract All American Asphalt Page 5 Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim, collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless All American Asphalt Page 6 of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. All American Asphalt Page 7 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. All American Asphalt Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No 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 ATTORN Y'S OFFICE Date: /y / By: ar C. Ha ���AV4 � y Attor y ATTEST: Date: �' - %23 L __%,r � - r BrownMA 04 - / y r !I JFVS_==- City Clerk CITY OF NEWPORT BEACH, a California municipal corporation CONTRACTOR: All American Asphalt, a California corporation Date: By: Signed in Counterpart Mark Luer Chief Executive Officer Date: Signed in C(,1%,1J-Jerpart 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 ATTOR EY'S OFFICE Date: /2 / �A2-- By- a C. p 1a1►q a4Uv y Attorne ATTEST: Date: in Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Kevin Muldoon Mayor CONTRACTOR: All American Asphalt, a Californi c rpo ration Date: I (0 b B: Mark Luer Chief Executive Officer Date: -.I I I o I Z;j By: _ Michael Farkas Secretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements All American Asphalt Page 10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness_ accuracv. or validity of that document. State of California County of Riverside On January 10, 2023 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 tie/she/their executed the same in his/her/their authorized capacity(ies), and that by #is/tier/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. KENONANAZARI Notary Public • California I certify under PENALTY OF PERJURY under the laws of the State of ' Riverside County Commission # 2318601 California that the forgoing paragraph is true and correct. ° My Comm, Expires Jan 10, 2024 WITNESS and official seal. 7 Signat e 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 19, 2022 Number of Pages: 10 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Mark ❑ Individual X Corporate Officer — Title(s): President ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: Signer's Name: Michael Farkas ❑ Individual X Corporate Officer — Title(s): Secretary ❑ Partner ❑ ❑ Limited ❑ General RIGHT THUMBPRII\ ❑ Attorney in Fact OF SIGNER ❑ Trustee Top of thumb here ❑ Other: Signer is Representing: 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. 7669602 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 22,394.00 , being at the rate of $ 3.95 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt hereinafter designated as the "Principal," a contract for: the work necessary for the completion of this contract consists of mobilization and demobilization; best management practices (BMP); staking and survey monument restoration; traffic control plan preparation and implementation; clearing and grubbing, utility company coordination and utility verification; removal of existing roadway improvements, subgrade preparation, cold milling of existing asphalt pavement and PCC pavement; construction of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs, PCC sidewalk, PCC driveway; PCC cross gutter and spandrels, PCC pavement, PCC curb and gutter, PCC curb, PCC curb ramps, PCC truncated domes on existing curb ramps; root pruning of existing trees and installation of root barriers; utility adjustments; streetlight relocation, installation of new traffic signal conduits and pull boxes, replacement of traffic signal loop detectors, installation of advanced loop extensions, and installation of new bike detector loop cables; traffic signage improvements, striping and painted curb improvements, repairs to impacted or damaged landscaping and irrigation system improvements; as -built plan preparation, and all other work required by the contract documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and 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 Five Million Six Hundred Sixty Nine Thousand Two Hundred Sixty Eight Dollars and 50/100 ($5,669,268.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, All American Asphalt Page B-1 as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3rd day of January '2023 . All American Asphalt �Signature/Title Name of Contractor (Principal) Authorized 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 ATTQRNVY'S OFFICE Date: � 24 By. ey 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-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the dneu rent to which this certificate is attached_ and not the tnithfidness. accuracy or validity of that document. State of California County of Riverside On January 10, 2023 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Mark Luer Name(e f Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. *my KENONA NAZARI Notary Public - California Z I certify under PENALTY OF PERJURY under the laws of the State of Riverside County n California that the for oing paragraph is true and correct. zCommission # 2318601 Comm. Expires Jan 10, 2024 WITNESS nv and nd fficial seal. Place Notary Seal Above C./ Signature of Notary Public OPTIONAL c/ Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Faithful Performance Bond — City of Newport Beach Document Date: January 3, 2023 Number of Pages Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Mark Luer ❑ Individual X Corporate Officer — Title(&): President ❑ Partner E ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: 0 Signer's Name: ❑ Individual ❑ Corporate /Fa e(s): _ ❑ Partner ❑ eneral ❑ Attorney in ❑ Trustee ❑ Other: Signeris Representing **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 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of ) SS. On , 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt Page B-3 CALIFORNIA • • •D CC �.2.�C,c�C�:.�<.ciS�e.c�c�'. s�C.s�e a,.s�C : C �C s�e.a s�C ef-' s <�<.TC!aC z, .. ,a s� � caCs�C.-.> .s� C s� .. <.c� ..�•, s Cs� : �C caC� s�Cs� . 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 01/03/2023 before me, Alma Karen Hernandez, Notary Public Date 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( is/are subscribed to the within instrument and acknowledged to me that ' Wjshe/tfcy executed the same in Ns/herAlw9 r authorized capacity, and that by his/her/their signatureZ.on the instrument the person(, or the entity upon behalf of which the person(s). acted, executed the instrument. ALMA KAREN HERNANDEZ Notary Public - California Z ` Orange County > Commission # 2390908 •oa"',My Comm. Expires Jan 16, 2026 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Performance Bond No. 7669602 Document Date: 01/03/2023 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 Cl Corporate Officer — Title(s): 1.-1 Partner — ❑ Limited I J General t-1 Individual W Attorney in Fact O Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 4•✓4'✓i-✓i.L✓.4"✓4'✓4�'.4�4v4�v.4'L.' 4 ✓4�✓4'✓.'LS'✓i•. 1 �.... 4'ti4`.4�G\4' �'!✓ �0�.'✓4�4- •✓SVS'•✓4� 4�.�-✓4� ✓4'L 4'JS.ri.�- d . 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 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 3rd day of January , 2023. .aSwBllY �j •••. �SR COgI �eQ✓Pep"i'c R9m//�o a.�INSU `�vQ QPO '�'n�„'% �m SEAL+ f�� SEALg' EA =uSL9e gc •. �`'^!F°� .... '• �,`.^;eeo Q.° °fir .p,: :, nig pd,0�41 By: Mary Jean Pethick 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 800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: reportsfclaims(d,)zurichna.com Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 No. 2479-4 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Fidelity and Deposit Company of Maryland ofl(linois, organized under the laws oflllinols, subject to its Articles oflrrcorporation or otherfundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions ofthis Certificate, the following classes of insurance: Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 12'' day of March, 2019,1 have set my hand and caused my official seal to be affixed this Ricardo Lara Insurance Commissioner By Valerie Sarfaty for Catalina Hayes -Bautista tnsurmu;e Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Premium is included in the performance bond Executed in: 2 Counterparts EXHIBIT A CITY OF NEWPORT BEACH BOND N0. 7669602 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt hereinafter designated as the "Principal," a contract for: the work necessary for the completion of this contract consists of mobilization and demobilization; best management practices (BMP); staking and survey monument restoration; traffic control plan preparation and implementation; clearing and grubbing, utility company coordination and utility verification; removal of existing roadway improvements, subgrade preparation, cold milling of existing asphalt pavement and PCC pavement; construction of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs, PCC sidewalk, PCC driveway; PCC cross gutter and spandrels, PCC pavement, PCC curb and gutter, PCC curb, PCC curb ramps, PCC truncated domes on existing curb ramps; root pruning of existing trees and installation of root barriers; utility adjustments; streetlight relocation, installation of new traffic signal conduits and pull boxes, replacement of traffic signal loop detectors, installation of advanced loop extensions, and installation of new bike detector loop cables; traffic signage improvements, striping and painted curb improvements, repairs to impacted or damaged landscaping and irrigation system improvements; as -built plan preparation, and all other work required by the contract documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, 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 Five Million Six Hundred Sixty Nine Thousand Two Hundred Sixty Eight Dollars and 50/100 ($5,669,268.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for All American Asphalt Page A-1 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. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 3rd day of January 23 All American Asphalt Name of Contractor (Principal) Authorized Signature/Title 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 ATTORNEYS OFFICE Date: . / /u l,?�; � By. )n GHH�.1'p Attorn v AaQ=1 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-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached_ and not the trnthfillness- accurnev. or validity of that document. State of California County of Riverside On January 10, 2023 before me, Kenona Nazari, Notary Public Dale Here Insert name and Title of the Officer personally appeared Mark Luer Name(i) of Signer(a) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(&) is/are subscribed to the within instrument and acknowledged to me that he/s#e/they executed the same in his/tip hek authorized capacity(ie-s), and that by his/#efi4he4 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. KENONANAZARI I certify under PENALTY OF PERJURY under the laws of the State of Notary Public • California Riverside County tl California that the forgoing paragraph is true and correct. Commission k 2318601 C4LIF 0.N* My Comm. Expires Jan 10, 2024 WITNESS mn cial seal. ) Signatur 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: January 3, 2023 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: Mark Luer ❑ Individual X Corporate Officer — Title(s): President ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: All American Asphalt Signer's Name: ❑ Individual ❑ Corporate Ofi ❑ Partner ❑ ❑ L ❑ Attorney in F ❑ Trustee ❑ Other: Title(s): _ ❑ General Signer is Representing: **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 }SS. On , 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt Page A-3 CALIFORNIA • i •. CIVIL CODE . •. Ct ad Cu�<.�<s�<.c%Cs�<.. <.: a�Ja. a .s�Y.�t v�<.c�,<�..a v� •!�t_.�<..a _z.t� s� .. <.c�< it_s�..-.� . �..a<s��s •.va... <.:> .w� .aC� .sa<.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 01/03/2023 before me, Alma Karen Hernandez, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Name(5j►.of SignerN who proved to me on the basis of satisfactory evidence to be the persons} whose name(6. is/ai�e subscribed to the within instrument and acknowledged to me that f3e/she/tfay executed the same in Nis/herMw r authorized capacity(iea), and that by his/her/their signature4on the instrument the person(s),• or the entity upon behalf of which the person(s). acted, executed the instrument. q0MV ALMA KAREN HERNANDEZNotary Public • California Orange CountyCommission # 2390908 i 111W�11 — — — I Comm. Expires Jan 16, 2026 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond No. 7669602 Document Date: 01/03/2023 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): Pi Partner — ❑ Limited F1 General [_J 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 — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: c.�c.�r.-�s-.�c�c.-�s� �s•r�c•eis�<�.- �a�c�a�a-e�c-<..`s• t`.«.:�.�.o:� '-�.•rir r.�s•y ,� .r,-.-� 02014•nal Notary Associationwww.NationaiNotary.org ill NOTARY ill i • •i 91 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 loth 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 3rd day of January , 2023 . •P��,iallY un"', "p6l Co o``�"p,,q N9U 'a�•"iPPOR9�sg'' c"0 009 'PPO.o �a: ` e'+O PO%iy�Pe O aZ l��SEALm ='_ �y�SEAL�2; ;�Aq pd�6,4_, By: Mary Jean Pethick 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 800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: reportsfclai ms(a,zuri chna. com Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 No. 2479-4 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State oj'California, Fidelity and Deposit Company of Maryland oflllinois, organized under the laws oflllinois, subject to its Articles oflncorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or may hereof er be defined in the Insurance Laws of the .State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 121 day of March, 2019,1 have set my hand and caused my official seal to be affixed this 12"h day of March, 2019. Ricardo Lara Insurance Commissioner By Valerie Sarfaty for Catalina I•layes-Bautista Insurance Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. 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. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. All American Asphalt Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. All American Asphalt Page C-5 City of Newport Beach NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION Contract No. 8728-2 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. 8728-2 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: Date 951-736-7600 & 951-736-7646 Bidder's Telephone and Fax Numbers 267073 - Class A & C12 Bidder's License No(s). and Classification(s) 1000001051 DIR Registration Number All American Asphalt Bidder Bidder's,Adthorized Signature and Title 400 E. Sixth Street Corona, CA 92879 Bidder's Address Bidder's email address: publicworks@allamericanasphalt.com FUM PROOF OF BID BOND DELIVERY t i=.... E E t..J i 3t Ycf � '� ram`" a�T'��f' s� ,�.r'� ^���` j `r'` .r t. � �3 •z'�'���sr�� . �t •x ! . �' k �� Mul _ _,z - 5 '1@�_♦" ��f yes# val t� fps% } ¢ o LLI Co !— : V L U QD Cn W Uj y E� �_I ¢ O i� V C3 f LU o W ¢ V a z UJ LLJ Sig, Q z - ` v O Z `J c a O- s 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 publicworks�allamencanasphait-corm Vendor Type CADIR License # 267073 CADIR 1000001051 Bid Format Electronic Submitted 1 ] /03i2022 9 42 AM (PDT) Delivery Method Bid Responsive Bid Status SubmJtteci Confirmation # 309552 File Title File Name File Type BID SUBf,AI T TA C-8728-2 ALL AMERICAN ASPHALTpdf BID SUBI\AITTAL C-8728-2 ALL AMERICAN ASPHADf pdf General Attachment BID BOND C-8723-2 ALL AVIERICAN ASPHALT.pdf BID BOND C-8728-2 ALL AMERICAN ASPHALTpdf Bid Bond Showing 4 Subconttacro s Name & Address Desc License Num CADIR Case Land Surveying Survey -5411 100000'533 614 N. Eckhoff Street Orange, California 92863 Elecnor Belco Electric, Inc. Electrical & Loops 738518 1000004804 14320 Albers Way Chino, California 9*1710 Superior Pavement Markings St -ping 776306 1000001476 5312 Cypress Street Cypress, California 90630 V&E Tree Service Root Prune 654506 10000011,936 PO Box 3280 Orange, California 92865 Amount Type S99,250 00 5180,503.00 CADIR S294,240 00 58,000 00 Discount Terms No Diseourt Item # Item Code Type Item Description UOM CITY Unit Price Line Total Response Comment Section t 55,669,268.50 i Mobilization and Demobilization LS 1 $247.927.25 5247,927.25 Yes 2 Surveying Services LS 1 Sl02,408.00 S102,408.00 Yes 3 Traffic Control LS 1 5211,744.00 $211,744.00 Yes 4 Clearing and Grubbing LS 1 520,636.00 $20,636.00 Yes 5 Remove Existing and Construct Full Depth Pavement Sections, 13' Depth (NOD) SF 4000 510.00 540,000.00 Yes 6 Remove Existing and Construct Full Depth Pavement Sections, 8 r Average Depth (Balboa) SF 9700 $9.70 $94,090.00 Yes 7 Cold MITI Existing AC Pavement 2.5-Inch Max (NCD) SF 1170000 S0.42 $491,400.00 Yes 8 Cold MITI Existing AC Pavement 2.5-Inch Max (Balboa) SF 130000 $0.58 575,400.00 Yes 9 Cold Mill Existing AC Pavement 2-Inch Max (NCD) SF 29600 50.36 $10,656.00 Yes 10 Cold Mill Existing AC Pavement 1.5-Inch Max (Balboa) SF 14200 $0.55 57,810.00 Yes 11 Cold MITI Existing AC Pavement 1-Inch Max (Balboa) SF 42750 $0.55 523,512.50 Yes 12 Cold Mill Existing PCC Pavement 1-Inch Max (Balboa) SF 62500 57.50 $93,750.00 Yes 13 Remove Existing Residual AC after Cold Milling SF 12000 51.05 $12,600.00 Yes 14 Construct 1-Inch Minimum AC Pavement Leveling Course (NCD) TN 7300 5132.75 5969,075.00 Yes 15 Construct 1-Inch Minimum ARHM Pavement Leveling Course (Balboa) TN 1900 5182.25 $346,275.00 Yes 16 Construct ARHM Pavement Surface Course (NOD) TN 11000 $120.00 51,320,000.00 Yes 17 Construct ARHM Pavement Surface Course(Balboa) TN 2050 5131.00 5268,550.00 Yes 18 Remove Existing and Construct 4-Inch Thick PCC Sidewalk SF 6440 511.00 S70,840.00 Yes 19 Remove Existing and Construct 6-Inch Thick PCC Driveway SF 425 S25.60 510,880.00 Yes 20 Remove Existing and Construct 8-Inch Thick PCC Cross Gutter (Including Partial Cross Gutters and PCC Pavement) SF 3390 532.00 $108,480.00 Yes 21 Remove Existing and Construct PCC Curb and Gutter (Type A) LF 185 593.60 817,316.00 Yes 22 Remove Existing and Construct PCC Curb (Type B) LF 40 587.60 53,504.00 Yes 23 Remove Existing and Construct 4-Inch Thick PCC Curb Ramp (NCD) EA 11 515,196.00 $167,156.00 Yes 24 Remove Existing and Construct 4-Inch Thick PCC Curb Ramp (Balboa) EA 28 55,518.00 8154,504.00 Yes 25 Remove Existing, Install Truncated Dome Pavers, and Construct PCC Curb and Gutter EA 14 $1,484.00 $20,776.00 Yes 26 Remove Existing Concrete to Create Larger Tree Well, Root Prune Existing Tree, and Install Root Barrier EA 4 52,353.00 59,412.00 Yes 27 Root Prune Existing Tree and Install Root Barrier LF 36 $82.50 52,970.00 Yes 28 Remove and Replace City Water Valve Box and Cover 10 Grade EA 20 S1,212.00 $24,240.00 Yes 29 Remove and Replace IRWD Domestic Water Valve Box and Cover to Grade EA 67 $903.00 $60,501.00 Yes 30 Remove and Replace IRWD Recycled Water Valve Box and Cover to Grade EA 65 9903.00 $58,695.00 Yes 31 Remove and Replace City Water Meter Box and Cover to Grade EA 7 5412.75 $2,889.25 Yes 32 Adjust IRWD Water Manhole Ring, Frame, and Cover to Grade EA 3 51,238.00 53,714.00 Yes 33 Adjust IRWD Telemetry Pull Box and Cover to Grade EA 3 51,238.00 $3,714.00 Yes 34 Remove and Replace IRWD CP Test Station Box and Cover to Grade EA 4 $1,238.00 $4,952.00 Yes 35 Adjust City Sewer Manhole Ring, Frame, and Cover to Grade EA 11 $1,238.00 513,618.00 Yes 36 Adjust IRWD Sewer Manhole Ring, Frame and Cover to Grade EA 52 51,238.00 564,376.00 Yes 37 Remove Existing and Install New OCSD Sewer Manhole Ring, Frame, and Cover to Grade EA 10 $2,270.00 $22,700.00 Yes 38 Remove and Replace City Sewer Cleanout Box and Cover to Grade EA 7 $1,341.00 59,387.00 Yes 39 Adjust City Storm Drain Manhole Ring, Frame, and Cover to Grade EA 45 S1,238.00 $55,710.00 Yes 40 Remove and Replace City Street Light Pull Box Cover EA 2 5262.50 5525.00 Yes 41 Remove and Replace City Street Light Pull Box and Cover to Grade EA 1 5997.50 5997.50 Yes 42 Remove and Replace City Monument Frame and Cover to Grade EA 8 51,233.75 59,870.00 Yes 43 Relocate Existing City Street Light EA 1 $11,550.00 S11,550.00 Yes 44 Traffic Signal Conduits LS 1 $40,691.00 540,691.00 Yes 45 Remove and Replace Traffic Signal Detector Loop EA 223 $404.25 590,147.75 Yes 46 Advanced Detector Loop Extensions LS 1 $12,027.75 $12,027.75 Yes 47 Install New Bike Detector Loop Cable and Connect to Existing Controller EA 7 54,798.50 $33,589,50 Yes 48 Striping, Pavement Markings, Pavement Markers & Red Curb Markings LS 1 5218,334.00 5218,334.00 Yes 49 Traffic Slgnage LS 1 520,368.00 $20,368.00 Yes Item # Item Code Type Item Description UOM CITY Unit Price Line Total Response Comment 50 Provide As -Built Plans LS 1 $5,000.00 $5,000.00 Yes Section Title Section 1 Grand Total Line Total $5,669,268.50 $5,669,268.50 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION PROJECT NO. 22R14 CONTRACT NO. 8728-2 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 2-11 INSPECTION SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 2 2 2 2 2 2 3 3 3 3 4 4 4 4 4 4 4 4 5 5 5 5 5 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 9 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 9 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 9 7-1.2 Temporary Utility Services 10 7-2 LABOR 10 7-2.2 Prevailing Wages 10 7-5 PERMITS 10 7-8 WORK SITE MAINTENANCE 10 7-8.1 General 10 7-8.4 Storage of Equipment and Materials 11 7-8.4.2 Storage in Public Streets 11 7-8.6 Water Pollution Control 11 7-8.6.2 Best Management Practices (BMPs) 11 7-10 SAFETY 11 7-10.3 Haul Routes 11 7-10.4 Safety 12 7-10.4.1 Work Site Safety 12 7-10.5 Security and Protective Devices 12 7-10.5.3 Steel Plate Covers 12 SECTION 9 - MEASUREMENT AND PAYMENT 12 9-2 LUMP SUM WORK 12 9-3 PAYMENT 12 9-3.1 General 12 9-3.2 Partial and Final Payment. 22 PART 2 - CONSTRUCTION MATERIALS 23 SECTION 200 — ROCK MATERIALS 23 200-2 UNTREATED BASE MATERIALS 23 200-2.1 General 23 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 23 201-1 PORTLAND CEMENT CONCRETE 23 201-1.1 Requirements 23 201-1.1.2 Concrete Specified by Class and Alternate Class 23 201-2 REINFORCEMENT FOR CONCRETE 23 201-2.2 Steel Reinforcement 23 201-2.2.1 Reinforcing Steel 23 SECTION 203 — BITUMINOUS MATERIALS 23 203-6 ASPHALT CONCRETE 23 203-6.5 Type III Asphalt Concrete Mixtures 23 203-11 ASPHALT RUBBER HOT MIX (ARHM) 24 203-11.3 Composition and Grading 24 SECTION 214 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 24 214-4 PAINT FOR STRIPING AND MARKINGS 24 214-4.1 General 24 214-4.3 Preformed Green Thermoplastic Markings 24 214-6 PAVEMENT MARKERS 24 214-6.3 Non -Reflective Pavement Markers 24 214-6.3.1 General 24 214-6.4 Retroreflective Pavement Markers 24 214-6.4.1 General 24 SECTION 215 - TRAFFIC SIGNS 25 215-1 General. 25 PART 3 - CONSTRUCTION METHODS 26 SECTION 300 - EARTHWORK 26 300-1 CLEARING AND GRUBBING 26 300-1.1 General. 26 300-1.3 Removal and Disposal of Materials 26 300-1.3.1 General 26 300-1.3.2 Requirements 27 SECTION 301—TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 28 301-1.8 Unstable Materials 28 301-2 UNTREATED BASE 28 301-2.3 Compacting 28 SECTION 302 - ROADWAY SURFACING 28 302-1 COLD MILLING OF EXISTING PAVEMENT 28 302-1.1 General 28 302-1.7 Work Site Maintenance 29 302-5 ASPHALT CONCRETE PAVEMENT 29 302-5.1 General 29 302-5.4 Tack Coat 29 302-5.8 Manholes (and Other Structures) 30 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 30 302-6.7 Traffic and Use Provisions 30 302-9 ASPHALT RUBBER HOT MIX (ARHM) 30 302-9.1 General 30 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 30 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 30 303-5.1 Requirements 30 303-5.1.1 General 30 303-5.5 Finishing 31 303-5.5.2 Curb 31 303-5.5.4 Gutter 31 303-5.7 Repairs and Replacements 32 SECTION 314 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 32 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 32 314-2.1 General 32 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 32 314-4.1 General 32 314-4.2 Control of Alignment and Layout 32 314-4.2.1 General 32 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 32 314-4.4.1 General 32 314-4.4.2 Surface Preparation 33 314-4.7 Application of Preformed Green Thermoplastic Markings 33 314-5 PAVEMENT MARKERS 33 314-5.1 General 33 SECTION 315 - TRAFFIC SIGN INSTALLATION 33 PART 6 — TEMPORARY TRAFFIC CONTROL 34 SECTION 600 - ACCESS 34 600-1 GENERAL 34 600-2 VEHICULAR ACCESS 34 600-3 PEDESTRIAN ACCESS 35 SECTION 601— WORK AREA TRAFFIC CONTROL 35 601-1 GENERAL 35 601-2 TRAFFIC CONTROL PLAN (TCP) 35 PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 36 SECTION 700 — MATERIALS 36 700-5 TRAFFIC SIGNAL MATERIALS 36 700-5.8 Detectors 36 SECTION 701— CONSTRUCTION 36 701-17 TRAFFIC SIGNAL CONSTRUCTION 36 701-17.6 Detectors 36 701-17.6.3 Inductive Loop Detectors 36 PART 8 - LANDSCAPING AND IRRIGATION 37 SECTION 800 - MATERIALS 37 800-1 LANDSCAPING MATERIALS 37 800-1.1 Topsoil 37 800-1.1.1 General 37 800-1.6 Root Barrier 37 800-1.6.1 General 37 SECTION 801 - INSTALLATION 37 801-1 GENERAL 37 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT REHABILITATION PROJECT NO. 22R14 CONTRACT NO. 8728-2 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-7024-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. The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: https://www.newportbeachca.gov/government/departments/public- works/resources/standard-d rawings/view-all-standards 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). Work involving facilities owned by Irvine Ranch Water District (IRWD) and Orange County Sanitation District (OCSD) shall be per the utility owner's standards and specifications. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach Page SP 1 of 38 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "A" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of mobilization and demobilization; best management practices (BMP); staking and survey monument restoration; traffic control plan preparation and implementation; clearing and grubbing, utility company coordination and utility verification; removal of existing roadway improvements, subgrade preparation, cold milling of existing asphalt pavement and PCC pavement; construction of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs, PCC sidewalk, PCC driveway; PCC cross gutter and spandrels, PCC pavement, PCC curb and gutter, PCC curb, PCC curb ramps, PCC truncated domes on existing curb ramps; root pruning of existing trees and installation of root barriers; utility adjustments; streetlight relocation, installation of new traffic signal conduits and pull boxes, replacement of traffic signal loop detectors, installation of advanced loop extensions, and installation of new bike detector loop cables; traffic signage improvements, striping and painted curb improvements, repairs to impacted or damaged landscaping and irrigation system improvements; as -built plan preparation, and all other work required by the Contract Documents. 2-7 SUBSURFACE DATA Add to this section, "The following report has been prepared for the City of Newport Beach and is attached as Appendix A for the Contractor's reference. 1. "Pavement Evaluation and Design Recommendations Report for Balboa Blvd. from Median Way to G Street" prepared by GMU Pavement Engineering, dated February 23, 2022. (GMU Project No. 21-252-00) Also available are the *.kmz files for the ground penetrating radar (GPR) testing to confirm the approximate location and depth for the existing underground concrete pavement on Balboa Blvd. Page SP 2 of 38 No geotechnical testing or recommendations have been provided for Newport Coast Drive. 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 Stantec Consulting Services, Inc. and can be contacted at (949) 929-1449. 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. 2-11 INSPECTION Add to this section, "Contractor shall contact the Orange County Sanitation District (OCSD) inspector 48 business hours (Monday through Thursday) prior to inspection of OCSD manhole adjustments. Contractor to coordinate the inspection requirements during the pre -construction meeting. Contractor to coordinate inspection requirements for the Irvine Ranch Water District's (IRWD) manhole and valve adjustments during the pre -construction meeting. Page SP 3 of 38 SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs 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 4-1.3 Inspection Requirements Page SP 4 of 38 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. Special Coordination with MCl/Extenet The Contractor is required to coordinate with MCl/Extenet who has an active construction project on Balboa Boulevard, they are trenching and installing a 5G fiber optic line in the street. The Contractor will be required to ensure MCl/Extenet work is completed before installing new asphalt concrete improvements. 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 Page SP 5 of 38 Critical Fiber Optic facilities exist along the gutter lip on the west side of Newport Coast Drive. 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 provided by the Contractor. During asphalt paving operation, manholes and utility boxes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes and utility boxes shall be permanently adjusted to finish grade. The Contractor shall adjust all temporarily lowered manholes and utility boxes to the new finished grade within five (5) calendar days of completing the AC finished course. The Contractor shall lower and install new Orange County Sanitation District (OCSD) manhole frames and covers to finish grade for all sewer manholes 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 on the plans, in conjunction with all general notes for sanitary sewer found in the Desiqn and Construction Requirements for Sanitary Sewers at https://www.ocsan.gov/Home/ShowDocument?id=28159. The Contractor shall lower and install new IRWD manhole frames and covers, valve boxes and covers, and cathodic protection test station boxes and covers to finish grade for all manholes, valves boxes, and cathodic protection test stations boxes which are affected by the work. Contractor shall be responsible for coordinating with IRWD to obtain new valve and cathodic protection test station box covers. The existing manhole frame and covers shall be reused. This work shall conform to Standard Drawings and specifications found in IRWD's Construction Manual, can be found at https://www.irwd.com/images/pdf/doing= business/engineerinq/IRWDConstructionManualJan2019.pdf. 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. These adjustments and relocations are shown on the plans. The Contractor shall coordinate with each utility company for the adjustment or relocation of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the Page SP 6 of 38 necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In 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 40 consecutive working days after the date on the Notice to Proceed for Balboa Boulevard and a another separate 40 consecutive working days after the date on the Notice to Proceed for Newport Coast Drive. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Unless otherwise approved by the Engineer, construction shall start on January 9th, 2023. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 Page SP 7 of 38 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. Work within Caltrans right-of-way shall confirm to requirements of the encroachment permit. 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 1 st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11 th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-7.4 Sequence of Construction Construction for this project will be broken into two phases. The first phase of construction will consist of concrete improvements and asphalt paving on Balboa Boulevard. The second phase of construction will consist concrete improvements and asphalt paving on Newport Coast Drive. Construction on Newport Coast Drive will not be allowed until asphalt paving on Balboa Boulevard is complete. The City will issue a separate notice to proceed for each phase of construction. The first Notice to Proceed will be for the Balboa Boulevard phase and the second for Newport Coast Drive. Because of the heavy summer traffic impacts near the beach, all Balboa Boulevard construction and striping must be completed before May 26, 2023. Each of the two phases of the Project shall be sequenced in accordance with this section. All sidewalk, curb, gutter, curb access ramps, cross gutters, driveways, other parkway improvements, and traffic signal improvements (except for new loops) shall be completed prior to beginning grinding and paving operations. Page SP 8 of 38 Full depth pavement reconstruction areas shall be constructed prior to cold milling and placement of AC leveling course and shall extend to the existing finished surface. The limits of work for each working day shall only extend as far as both cold milling and placement of the leveling course can be completed. No pavement shall be left cold milled at the end of the work day. 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 FACILITIES Page SP 9 of 38 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-5 PERMITS The City has obtained an encroachment permit application (Parent Permit) from the California Department of Transportation (Caltrans) for all traffic control associated with this Contract located within the State Right -of -Way (Newport Coast Drive and East Coast Highway). A copy of the Parent Permit and the traffic control plans prepared and approved by Caltrans as part of the permit application are included in Appendix B. The Contractor shall be responsible for obtaining a Double Permit under the City's Parent Permit from Caltrans prior to starting work and abiding by all terms and conditions of the encroachment permit. The Contractor shall be responsible for all fees and costs associated with the Double Permit. Caltrans' fee for the Double Permit is charged on hours worked against a required deposit of $1,640 deposit for one week or $2,460 deposit for two weeks is required to receive the permit. Obtaining the Double Permit from Caltrans shall in no way relieve the Contractor of completing the Contract within the time prescribed in Section 6-7. The Contractor must keep copies of both the City's and the Contractor's encroachment permits from Caltrans on site at all times. 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 Page SP 10 of 38 Construction, the Contractor shall provide two (2) additional motorized sweepers for the duration of the grinding and paving operation. 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. 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. Page SP 11 of 38 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 - Mobilization and Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for providing bonds, insurance and financing, establishing a material and equipment storage location, documenting existing conditions, providing submittals, preparing and implementing the BMP, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, procuring and installing a construction project funding identification sign for Senate Bill 1 (SB1) funding per Section 215, securing all required permits, coordinating with all applicable agencies, Page SP 12 of 38 stakeholders and utility companies, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 - Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the County, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 3 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, preparing traffic control plans, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K-rails, temporary pavement and striping, steel plates, and flag persons. This item includes providing two (2) Changeable Message Signs (CMS) for the duration of the Contract and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment, and materials necessary to comply with the approved Traffic Control Plans approved by Caltrans, the California Manual on Uniform Traffic Control Devices (CA MUTCD), the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 4 Clearing and Grubbing: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for all clearing and grubbing items of work (as described in Section 300-1) and any other item of work which is required for the project that is not specifically specified in a separate bid item. Item No. 5 — Remove Existing and Construct Full Depth Pavement Sections 13-Inch Depth (NCD): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for sawcutting and removal of existing pavement; removal of base and subgrade material to depth of new pavement section; applying a trackless tack coat; spreading and compacting the full depth asphalt concrete pavement sections; and all other work items as required to complete the work in place on Newport Coast Drive. Contractor shall assume 4,000 SF of pavement repairs on Newport Coast Drive. Refer to plans for potential locations to be confirmed after cold milling operations are completed. Item No. 6 — Remove Existing and Construct Full Depth Pavement Sections 8- Inches Depth (Balboa): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for sawcutting and removal of existing pavement; removal of base and subgrade material to depth of new pavement section; applying a trackless tack coat; spreading and compacting the full depth asphalt concrete pavement sections; and all other work items as required to complete the work in place on Balboa Boulevard. Page SP 13 of 38 Item No. 7 - Cold Mill Existing AC Pavement 2.5-Inches Maximum (NCD): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for cold milling the asphalt concrete pavement, additional street sweepers, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place on Newport Coast Drive. Item No. 8 - Cold Mill Existing AC Pavement 2.5-Inches Maximum (Balboa): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for cold milling the asphalt concrete pavement (including removal of existing pavement fabric), additional street sweepers, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place on Balboa Boulevard. Item No. 9 - Cold Mill Existing AC Pavement 2-Inches Maximum (Balboa): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for cold milling the asphalt concrete pavement (including removal of existing pavement fabric), additional street sweepers, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place on Balboa Boulevard. Item No. 10 - Cold Mill Existing AC Pavement 1.5-Inches Maximum (Balboa): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for cold milling the asphalt concrete pavement (including removal of existing pavement fabric), additional street sweepers, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place on Balboa Boulevard. Item No. 11 - Cold Mill Existing AC Pavement 1-Inches Maximum (Balboa): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for cold milling the asphalt concrete pavement (including removal of existing pavement fabric), additional street sweepers, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place on Balboa Boulevard. Item No. 12 - Cold Mill Existing PCC Pavement 1-Inches Maximum (Balboa): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for cold milling the Portland cement concrete pavement, additional street sweepers, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place on Balboa Boulevard. Item No. 13 — Remove Existing Residual AC Pavement After Cold Milling: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removing all residual pavement after cold milling as directed by the City and all other work items as required to complete the work in place on Balboa Boulevard. Page SP 14 of 38 Item No. 14 - Construct 1-Inch Minimum AC Pavement Leveling Course (NCD): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for applying a trackless tack coat, spreading and compacting the variable depth asphalt concrete leveling course and all other work items as required to complete the work in place on Newport Coast Drive. Item No. 15 - Construct 1-Inch Minimum ARHM Pavement Leveling Course (Balboa): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs confirming the integrity of the residual AC pavement after cold milling operations, as evaluated by the City; applying a trackless tack coat; spreading and compacting the variable depth ARHM leveling course; and all other work items as required to complete the work in place on Balboa Boulevard. Item No. 16 - Construct ARHM Pavement Surface Course MD): Work under this item shall include, but not be limited to, al labor, tools, equipment, and material costs for applying a trackless tack coat, spreading and compacting the ARHM pavement and all other work items as required to complete the work in place on Newport Coast Drive. Item No. 17 - Construct ARHM Pavement Surface Course (Balboa): Work under this item shall include, but not be limited to, al labor, tools, equipment, and material costs for applying a trackless tack coat, spreading and compacting the ARHM pavement and all other work items as required to complete the work in place on Balboa Boulevard. Item No. 18 - Remove Existing and Construct 4-Inch Thick PCC Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new sidewalk; grading and compaction of subgrade; construction of concrete sidewalk; installation of expansion joint material; construction of weakened plane joints; construction of under sidewalk drains not covered by another bid item; regrading and repair of impacted landscaping and irrigation system improvements to match existing; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 19 - Remove Existing and Construct 6-Inch Thick PCC Driveway: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new driveway; grading and compaction of subgrade; importing, placing, and compacting the CMB; construction of concrete driveway, adjacent retaining curb, and adjacent full depth AC pavement repair; installation of expansion joint material; construction of weakened plane joints; construction of under sidewalk drains not covered by another bid item; removal and reconstruction of brick planters at 129 G. Street; regrading and repair of impacted landscaping and irrigation system improvements to match existing; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Page SP 15 of 38 Item No. 20 - Remove Existing and Construct 8-Inch Thick PCC Cross Gutter (Including Partial Cross Gutters and PCC Pavement): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal of all existing improvements (concrete, asphalt concrete, base and subgrade material, etc.) required to construct the new cross gutter, PCC pavement, integral curbs, and adjacent asphalt pavement repair; grading and compaction of subgrade; importing, placing, and compacting the CMB; construction of PCC cross gutter, PCC spandrels, PCC pavement, integral PCC curbs and adjacent full depth AC pavement repair; installation of smooth galvanized steel bars; installation of expansion joint material; construction of weakened plane joints; installation of dowels; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 21 - Remove Existing and Construct PCC Curb and Gutter (Type A): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal of all existing improvements (concrete, asphalt concrete, base and subgrade material, etc.) required to construct the new curb and gutter and adjacent asphalt pavement repair; grading and compaction of subgrade or existing base material; construction of concrete curb and gutter and adjacent full depth asphalt pavement repair; installation of expansion joint material; construction of weakened plane joints; reconstruction of existing curb drains not covered by a separate bid item; re -chiseling the curb face for existing underground utilities; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 22 - Remove Existing and Construct PCC Curb (Type B): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal of all existing improvements (concrete, asphalt concrete, base and subgrade material, etc.) required to construct the new curb and adjacent asphalt pavement repair; grading and compaction of subgrade or existing base material; construction of concrete curb and adjacent full depth asphalt pavement repair; installation of expansion joint material; construction of weakened plane joints; reconstruction of existing curb drains not covered by a separate bid item; re -chiseling the curb face for existing underground utilities; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Item No. 23 - Remove Existing and Construct 4-Inch Thick PCC Curb Ramp (NCD): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new curb ramp and adjacent improvements shown on details; grading and compaction of subgrade; construction of concrete curb ramp, integral retaining curbs, adjacent curb & gutter, adjacent full depth pavement repair, truncated dome tiles, and adjacent sidewalk; installation of expansion joint material; construction of weakened plane joints; construction of under sidewalk drains not covered by another bid item; regrading and repair of impacted landscaping and irrigation system improvements to Page SP 16 of 38 match existing; adjustments or relocations of any impacted utilities (including replacement of pull boxes) not being adjusted or relocated by utility companies, restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place on Newport Coast Drive. Traffic signal improvements near curb ramp repairs are per separate bid items. Item No. 24 - Remove Existing and Construct 4-Inch Thick PCC Curb Ramp (Balboa): Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal of all existing improvements (concrete, asphalt concrete, landscaping, base and subgrade material, etc.) required to construct the new curb ramp and adjacent improvements shown on details; grading and compaction of subgrade; construction of concrete curb ramp, integral retaining curbs, adjacent planters, adjacent curb & gutter, adjacent full depth pavement repair, truncated dome pavers, and adjacent sidewalk; installation of expansion joint material; construction of weakened plane joints; construction of under sidewalk drains not covered by another bid item; regrading and repair of impacted landscaping and irrigation system improvements to match existing; adjustments or relocations of any impacted utilities (including replacement of pull boxes) not being adjusted or relocated by utility companies, restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place on Balboa Boulevard. Traffic signal improvements near curb ramp repairs are per separate bid items. Item No. 25 - Remove Existing, Install Truncated Dome Pavers and Construct PCC Curb and Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for documenting the existing drainage pattern of gutter prior to removal of existing improvements; the removal of all existing improvements (concrete, asphalt concrete, pavers, base and subgrade material, etc.) required to construct the install the new truncated dome pavers and construct the new curb and gutter and adjacent improvements; grading and compaction of subgrade; installation of the truncated dome pavers; construction curb & gutter, and adjacent full depth pavement repair, installation of expansion joint material; construction of weakened plane joints; construction of under sidewalk drains not covered by another bid item; restoration of all existing improvements damaged by the work; and all other work items as required to complete the work in place. Traffic signal improvements near curb ramp repairs are per separate bid items. Item No. 26 - Remove Existing Concrete to Create Larger Tree Well Root Prune Existing, Tree, and Install Root Barrier: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal of the existing concrete required to create a larger tree well; providing root pruning and root barrier installation recommendations to the City Arborist; root pruning, furnishing and installing root barriers, regrading and repair of impacted landscaping and irrigation system improvements to match existing; 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. 27 - Root Prune Existing Tree and Install Root Barrier• Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs Page SP 17 of 38 for providing root pruning and root barrier installation recommendations to the City Arborist; root pruning, furnishing and installing root barriers, regrading and repair of impacted landscaping and irrigation system improvements to match existing; 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. 28- Remove and Replace City Water Valve Box and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removing and disposing the existing City water valve box and cover, protection of the water valve, temporarily lowering valve cover and/or covering the riser to facilitate paving operations, furnishing and installing a new City 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. 29 - Remove and Replace IRWD Domestic 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 IRWD domestic water valve box and cover, protection of the water valve, temporarily lowering and/or covering the valve to facilitate paving operations, installing to grade a new IRWD domestic water valve box and cover provided by IRWD, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 30 - Remove and Replace IRWD Recycled 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 IRWD recycled water valve box and cover, protection of the water valve, temporarily lowering and/or covering the valve to facilitate paving operations, installing to grade a new IRWD recycled water valve box and cover provided by IRWD, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 31 - Remove and Replace City Water Meter Box and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal of the existing City water meter box and all other improvements (concrete, subgrade, etc.) required to install new water meter box and cover; protection of existing water meter and appurtenances; furnishing and installing a new water meter box and cover to grade; restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 32 - Adjust IRWD Water Manhole Ring, Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removing the existing IRWD water manhole ring, frame, and cover; temporarily lowering and/or covering the manhole to facilitate paving operations; reinstalling the existing manhole ring, frame, and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Page SP 18 of 38 Item No. 33 - Adiust IRWD Telemetry Pull 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 the existing IRWD telemetry pull box and cover; temporarily lowering and/or covering the pull box to facilitate paving operations; reinstalling the existing traffic rated pull box and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 34 - Remove and Replace IRWD Cathodic Protection Testing Station 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 cathodic protection testing station box and cover, protection of the cathodic protection testing station equipment, temporarily covering the cathodic protection testing station equipment to facilitate paving operations, installing to grade a new cathodic protection testing station box and cover provided by IRWD, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 35 - Adjust City Water Manhole Ring, Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removing the existing City water manhole ring, frame, and cover; temporarily lowering and/or covering the manhole to facilitate paving operations; reinstalling the existing manhole ring, frame, and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 36 - Adjust IRWD Sewer Manhole Ring, Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removing the existing IRWD sewer manhole ring, frame, and cover; temporarily lowering and/or covering the manhole to facilitate paving operations; reinstalling the existing manhole ring, frame, and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 37 - Remove Existing and Install New OCSD Sewer Manhole Ring Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removing and disposing the existing OCSD sewer manhole ring, frame, and cover; temporarily covering the manhole to facilitate paving operations; reinstalling to grade the new manhole ring, frame, and cover provided by OCSD per details shown on Plans, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 38 - Remove and Replace Sewer Cleanout Box and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removing and disposing the existing sewer cleanout box and cover, temporarily lowering and/or covering the sewer cleanout to facilitate paving operations, furnishing and installing a new sewer cleanout box and cover to grade, restoring all Page SIR 19 of 38 existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 39 - Adjust City Storm Drain Manhole Ring, Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removing the existing storm drain manhole ring, frame, and cover; temporarily lowering and/or covering the manhole to facilitate paving operations; reinstalling the existing manhole ring, frame, and cover to grade, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 40 - Remove and Replace Streetlight Pull Box Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal of the existing streetlight pull box cover; protection of existing pull box and electrical equipment; furnishing and installing a new streetlight cover; restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 41 - Remove and Replace Streetlight Pull Box to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal of the existing streetlight pull box and all other improvements (concrete, subgrade, etc.) required to install new streetlight pull box; protection of existing electrical equipment; furnishing and installing a new streetlight pull box to grade; restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 42 - Remove and Replace City Survey Monument Frame and Cover to Grade: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal of the existing City survey monument frame and cover and all other improvements (concrete, subgrade, etc.) required to install new City survey monument frame and cover; protection of existing survey monument; furnishing and installing a new survey monument frame and cover to grade; restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 43 — Relocate Existing City Streetlight: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal and relocation of the existing City streetlight; installation of a new streetlight pull box; protection of existing electrical equipment; restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 44 - Traffic Signal Conduits: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for the removal of the existing traffic signal pull boxes and all other improvements (concrete, subgrade, etc.) required to install new no. 6 traffic signal pull boxes; furnishing and installing a new no. 6 traffic signal pull boxes to grade; furnishing and installing new conduit by direct bore method; removal and disposal of impacted sidewalk panels; construction of new Page SP 20 of 38 sidewalk panels; protection of existing electrical equipment; restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 45 - Remove and Replace Traffic Siqnal Detector Loop: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for verifying the existing loop configuration and phasing prior to removing or damaging any existing traffic loops; removal and disposal of the existing traffic signal detector loop; protection of existing traffic signal equipment; upon completion of the paving operations marking and obtaining approval from the City on placement of the traffic loops; furnishing and installing of the traffic signal detector loops (all types) per City and Caltrans standard plan; sealing of the traffic loop runs; testing of the traffic signal system to ensure full operation of the presence and advance detection loops; restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 46 - Advanced Detector Loop Extensions: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for locating and protecting all existing utilities; removal and disposal of existing advanced loops DLC's; furnishing and installing new conduit by direct bore method; removal and disposal of impacted sidewalk panels; construction of new sidewalk panels; furnishing and installing new no. 5 pull boxes; furnishing and installing new DLC's from new advanced loops locations to existing controllers; and connecting new DLC's to existing controllers; 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. 47 - Install New Bike Detector Loop Cable and Connect to Existing Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for locating and protecting all existing utilities; protection of existing traffic signal equipment; furnishing and installing new detector sensor unit in existing controller; furnishing and installing new DLC's from new bike detector loop locations to existing controllers; and connecting new DLC's to new sensor unit in existing controller; 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. 48 - Install Striping, Pavement Markings, Pavement Markers and Red Curb Markings: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removing all existing pavement striping, markings and markers; installing traffic striping, pavement markings, pavement markers, multiple temporary striping on leveling and finish courses to maintain traffic at all times; removal and repainting the curb red; furnishing and installing raised fire hydrant markers; restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 49 - Traffic Signage: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removing existing traffic signs, posts, post foundations, pedestrian barricades, and mounting hardware on street light or traffic light poles; salvaging signs to the City Yard; protection of any remaining posts Page SP 21 of 38 and post foundations, furnishing new signs; installing new or salvaged signs on new posts, existing posts, or existing straight light/traffic signal poles; 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. 50 - Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. Page SP 22 of 38 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. Vehicular access for all concrete pavement, driveways and cross gutters shall be provided within 24 hours after pour to minimize disruption to residents and businesses. Therefore, high early strength concrete shall be provided for this work and included in these items bid prices. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2-inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III-C3-PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III-B2-PG 64-10 (20% max RAP). Tack coat shall be trackless. Page SP 23 of 38 203-11 ASPHALT RUBBER HOT MIX (ARHM) 203-11.3 Composition and Grading Asphalt rubber hot mix finish course shall be ARHM-GG-C. Tack coat shall be trackless. 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. Add Section 214-4.3 — Preformed Green Thermoplastic Markings 214-4.3 Preformed Green Thermoplastic Markings Green background bike lane legends 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. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. Add Section 215 — TRAFFIC SIGNS Page SP 24 of 38 SECTION 215 - TRAFFIC SIGNS 215-1 General. 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. This project includes Senate Bill 1 (SB1) funding. The Contractor shall procure and install one 96"x6O" C48 (CA) construction project funding identification sign per this section. The sign specifications for C48 (CA) are included in Appendix D Location of project funding sign shall be approved the Engineer prior to installation. Payment for procurement and installation of sign C48 (CA) shall be included as part of the Mobilization and Demobilization bid item. Page SP 25 of 38 PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1 General. Add to this Section: In addition to the work outlined in Section 300-1, "Clearing and Grubbing," of the Standard Specifications, the following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item: a) Removal and disposal of all vegetation, trash and other objectionable material within project limits. b) Maintaining dust control at all times by watering, including developing a water supply and furnishing and placing all water required for work done in the Contract, including water used for extra work. c) Protection and maintaining existing improvements, including utilities, trees, plants, irrigation, temporary capping of facilities, fences, walls and other facilities within the construction zone, except those specifically shown on the Plans or directed by the Engineer to be removed or relocated. d) Maintenance of the site in a neat and orderly condition throughout the construction period and clearing and removal of debris from site of work. e) Removal of all USA mark -outs. All other removals shall be included in the various items of work and no additional compensation shall be allowed therefor. 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 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. Pavement repairs adjacent to new concrete improvements shall Page SP 26 of 38 have a minimum width of 2-feet. Removals due to repair pavement distresses shall be removed to 2-feet beyond the edge of the distress. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. Reinforcing or other steel may be encountered in portions of concrete to be removed. No additional compensation will be allowed for the removal of concrete containing reinforcing or other steel. Backfill shall be placed and compacted to fill any other voids created by removals and to bring the subgrade up to grade. This includes import fill if required. Backfill shall be placed and compacted in accordance with Section 300-4 "Unclassified Fill" of the Standard Specifications. This work (including import fill if required) shall be included in the individual removal item and no additional payment will be allowed therefor. 300-1.3.2 Requirements (a) Bituminous Pavement. Bituminous pavement shall be removed to neatly sawed edges with saw cuts made to a minimum depth of three (3) 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. (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed from existing joint to existing joint. Alternatively, with prior approval from the Engineer, existing concrete may be neatly sawed to form straight edges to join proposed concrete improvements. Saw cuts on concrete surfaces shall be a minimum of two (2) inches deep. Saw cuts on asphalt pavement shall be full depth. 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. Join new PCC pavement and cross gutters to existing per City Standard Dwg. No. 108. Sidewalks and driveways do not require this detail. Page SP 27 of 38 SECTION 301 — TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1.8 Unstable Materials If unstable materials are exposed, the following recommendations can be implemented. Unstable or soft subgrade conditions can be identified during construction by surface yielding under rubber -tired equipment loading and/or the inability to achieve proper compaction. The condition of the subgrade should be evaluated by the Engineer during the scarification and re -compaction efforts. Drying back of localized wet soil conditions can be performed to address unstable soils if time allows. If drying back soil is not a practical option, other remedial measures is recommended to stabilize the subgrade prior to placement of aggregate base and/or asphalt concrete. Depending on the extent and severity of the instability, the recommended measures to stabilize the subgrade may include increasing the AC base lift thicknesses by an additional 4 to 8 inches to "bridge" over the unstable conditions. The recommended thicknesses of remediation could be greater, or less, depending on the conditions encountered. Any areas that require remediation should be observed by the Engineer to confirm the effectiveness of the recommendations provided herein. The intent of these recommended remediation methods is to achieve a non -yielding subgrade when subjected to relatively heavy, rubber -tired construction equipment loading such as a loaded water truck or loader with full bucket. The remediated areas should be proof -rolled with this type of equipment after remediation to confirm that the subgrade is unyielding. 301-2 UNTREATED BASE 301-2.3 Compacting Replace the third paragraph with the following: "The relative compaction of each layer of compacted base material shall not be less than 95 percent as evaluated by ASTM D 1557." SECTION 302 - ROADWAY SURFACING 302-1 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 (or ARHM) can be completed to assure that no pavement is left milled without placement of asphalt concrete (or ARHM) base course, level course or finish course at the end of the each work day or night. Page SP 28 of 38 The pavement evaluation report indicated existing pavement fabric and underground concrete pavement throughout most of the project limits along Balboa Boulevard. The Pavement Evaluation and Design Recommendations Report (pavement report) for Balboa Boulevard and the boring log on Sheet 2 of the Plans indicate the location and depth of the existing pavement fabric. The pavement report and available *.kmz files indicate the approximate location and depth for the existing underground concrete pavement on Balboa Boulevard. The Plans indicate the approximate locations where cold milling of the existing underground concrete pavement will be required. However, Contractor shall confirm exact location and depth with pavement cores (or another method approved by the Engineer) prior to cold milling. On Balboa Boulevard, the material below the milling depth and above the underlying concrete pavement (referred to as "residual AC") may delaminate (loosen and de -bond) during cold milling operations. After cold milling, the residual AC shall be scraped with a skid steer, blade, or other approved construction equipment to confirm its integrity, as evaluated by the City. The City will then determine whether the residual AC shall be removed, and, if necessary, the limits and depth of removal. The void left by any removal of residual AC shall be filled with additional ARHM leveling course. Multiple lifts may be required based on thickness of leveling course. 302-1.7 Work Site Maintenance In addition to the required motorized street sweepers following the cold milling machine, the Contractor shall provide two (2) additional motorized sweepers for the duration of the grinding and paving operation. 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General 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. 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. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. 302-5.4 Tack Coat Add the following: "Additionally, trackless tack coat shall be applied to all cold milled surfaces and all paving joints (not just cold joints). It shall be also applied the surface of all leveling and bases courses unless the new lift is being paved on the same day as the preceding lift and the preceding lift has a clean surface. Tack coat shall be applied with complete and uniform coverage and shall not be over sprayed onto adjacent pavement when applying." Page SP 29 of 38 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of 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. Manholes and valves that are too shallow to be temporarily lowered shall be protected in place. The Contractor shall adjust all temporarily lowered manholes and valves to the new finished grade within five (5) calendar days of completing the finish course. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions Concrete pavement shall be available for vehicular traffic within 24 hours of pour. The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. 302-9 ASPHALT RUBBER HOT MIX (ARHM) 302-9.1 General The top layer of ARHM (finish course) shall be placed in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. 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. Dimensions of curb and gutter (curb height, gutter width, flowline depth) in repairs areas shall match adjacent existing curb and gutter dimensions unless otherwise shown. Curb height shall vary when adjacent to existing sidewalk being protected in place. Page SP 30 of 38 Contractor shall provide field survey elevations twenty (20) feet on either side of the proposed concrete improvements along the flowline to confirm positive drainage. If positive drainage is not attainable, Contractor shall notify the Engineer prior to completing the concrete improvements. Contractor shall maintain the existing drainage pattern in the new gutter pan for the installation of new truncated domes on existing curb ramps (construction note 11 of the plans). This will require the Contractor document the existing drainage pattern prior to removal of the curb and gutter. Concrete replacement shall extend from existing joint to existing joint. Truncated domes shall be per City Standard Drawing No. 181. Remove and reinstall existing concrete pavers as required for installation of new truncated dome pavers on curb ramps per Interlocking Concrete Pavement Institute (ICPI) Technical Specification 6 included in Appendix C. Concrete driveways and cross gutters shall be available for vehicular traffic within 24 hours of pour. The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall repaint any red curb that is damaged or removed. The curb shall be repainted to match the original red curb lengths." Red Paint shall be "Red Fast Dry", Product Code 181 manufactured by American Traffic Products, Inc. or approved equal. Paint can be purchased by contacting Scott Givens, Roadline Products, 562-404-8889. The Contractor shall repaint any blue or green curb that is damaged or removed. The curb shall be repainted to match the original blue or green curb lengths. Curb marking shall be reinstalled within 48 hours from re -pouring of concrete curbs. Contractor shall place Temporary No Parking ANYTIME signs on barricades where red curb marking has been removed and maintain the signs until the curb marking has been replaced. 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. Page SP 31 of 38 303-5.7 Repairs and Replacements Add to this section: "Where any concrete requires repair before acceptance, repair shall be made by removing and replacing the entire area between joints, and not by refinishing the damaged portions." 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. Temporary painted striping shall be placed within 24 hours of removal. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be lane marking paint applied at 15 mil in one coat, as soon as possible and within 24 hours after the level course, finish course or slurry seal has been placed. The width of the temporary lane line stripes shall be one-half the width of the permanent final stripes. Temporary crosswalks and stop bars stripes shall be full width and shall be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" stripes shall also be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" will not be accepted as temporary striping. 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 Page SP 32 of 38 The final reflectorized thermoplastic striping shall not be applied until the finish course pavement or slurry seal has been in place for at least 10 days but no later than 15 days. The thermoplastic shall be applied at 1.5 mm (60 mil) to 2.0 mm (80 mil) thickness for all striping except crosswalks and limit lines which shall be 2.5 mm (100 mil) to 3.0 mm (120 mil) thickness. Striping shall be applied by extrusion method. Sprayable thermoplastic striping shall not be allowed. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior to 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. Add Section 314-4.7 — Application of Preformed Green Thermoplastic Markings 314-4.7 Application of Preformed Green Thermoplastic Markings Install preformed green thermoplastic markings per manufacturer's recommendations. 314-5 PAVEMENT MARKERS 314-5.1 General Raised pavement markers shall not be placed until the finish course pavement or slurry seal has been in place for at least 10 days but not later than 15 days. 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. Page SP 33 of 38 Refer to CNB DWG 924 for typical sign installation. Signs shall be reinstalled within 72 hours of removal. Regulatory signs, including but not limited to "STOP", "YIELD", Lane Designation and/or "No Parking" signs, shall be installed on barricades and placed where the removed sign was installed. Contractor shall maintain the temporary sign(s) until the sign(s) are reinstalled. Temporary "No Parking" signs, printed with specific information regarding the no parking zone, may temporarily replace removed "No Parking" signs. 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, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2-inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Page SP 34 of 38 After posting temporary" NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the street is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City "PERMIT PARKING ONLY" signs are available from the Engineer. 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. The Contractor shall maintain a path of travel for pedestrians on one side of the street at all times. 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 be responsible for processing and obtaining approval of a traffic control plans from the Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. Page SP 35 of 38 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. 5. At a minimum, the Contractor shall maintain one lane of traffic in each direction at all times when completing the work. Temporary striping may be required and shall be shown on the TCP. 6. 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. 7. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure. 8. 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. SECTION 701 — CONSTRUCTION 701-17 TRAFFIC SIGNAL CONSTRUCTION 701-17.6 Detectors 701-17.6.3 Inductive Loop Detectors Page SP 36 of 38 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. Loop detectors shall be installed per City Standard Drawing No. 923. PART 8 - LANDSCAPING AND IRRIGATION Landscaping and irrigation system damaged by the work shall be repaired in -kind to match the existing conditions to the satisfaction of the Engineer. This work shall be considered incidental to the various bid items of work and no additional compensation shall be allowed therefor. Slopes shall be regraded to a maximum slope of 3:1 from the new improvement to meet existing adjacent surface. SECTION 800 - MATERIALS 800-1 LANDSCAPING MATERIALS 800-1.1 Topsoil 800-1.1.1 General Topsoil shall be Class A (imported), if required. 800-1.6 Root Barrier 800-1.6.1 General Root barriers shall be "Century" CP182 or approved equal. SECTION 801 - INSTALLATION 801-1 GENERAL Root barriers shall be installed per manufacturers' recommendations. The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City Arborist at the site to discuss City standards and requirements. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning Page SP 37 of 38 a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City Arborist. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City Arborist. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Page SP 38 of 38 - r, r ®i �® IK G, r 1pi !llli l}► � �i. n T�s i - ®' r City of Newport Beach Balboa Boulevard — Medina Way to G Street Pavement Evaluation and Design Recommendations Report February 23, 2022 Updated March 30, 2022 GMU Project No. 21-252-00 GMU 23241 Arroyo Vista Rancho Santa Margarita, CA 92688 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California TAR1.E OF CONTENTS Description Page 1. INTRODUCTION...................................................................................................................... 3 1.1 PURPOSE............................................................................................................................. 3 1.2 SCOPE.................................................................................................................................. 3 2. LOCATION AND PROJECT INFORMATION........................................................................ 4 3. FIELD EXPLORATION............................................................................................................ 4 3.1 PAVEMENT SURFACE CONDITION ASSESSMENT.................................................... 4 3.2 PAVEMENT CORINGS...................................................................................................... 4 3.3 FALLING WEIGHT DEFLECTOMER TESTING............................................................. 5 3.4 GROUND PENETRATING RADAR TESTING................................................................ 5 4. LABORATORY TESTING........................................................................................................ 6 5. PAVEMENT ENGINEERING ANALYSIS.............................................................................. 6 6. CONCLUSIONS AND RECOMMENDATIONS..................................................................... 7 6.1 DEFLECTION TESTING RESULTS.................................................................................. 7 6.2 OVERALL CONCLUSIONS............................................................................................... 8 6.3 PAVEMENT REHABILITATION RECOMMENDATIONS ............................................. 8 6.3.1 Localized AC Repairs.................................................................................................... 8 6.3.2 Mill-and-Overlay........................................................................................................... 9 6.3.3 Reflective Cracking Limiting Recommendations.......................................................... 9 6.4 UNSTABLE MATERIALS................................................................................................ 10 6.5 SPECIFICATIONS............................................................................................................. 11 7. EXPECTATIONS..................................................................................................................... 11 7.1 REFLECTIVE CRACKING............................................................................................... 11 7.2 DESIGN LIFE.................................................................................................................... 11 8. LIMITATIONS......................................................................................................................... 12 9. CLOSURE................................................................................................................................ 13 February 23, 2022 (updated March 30, 2022) 1 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California Attachments: Plate 1 — Location Map Plate 2 — AC Core Hole Location Map Plate 3 — Pavement Coring Summary Table Plate 4 — Pavement Deflection Testing Data Map Plate 5 — Areas of Interest for Localized AC Repairs Plate 6 — Approximate Locations of Potential Underlying PCC Plate 7 — Pavement Rehabilitation Alternatives Summary Table Appendix A — Select Photographs Appendix B — Laboratory Data Summary February 23, 2022 (updated March 30, 2022) 2 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California 1. INTRODUCTION 1.1 PURPOSE This report presents a summary of our pavement evaluation of Balboa Boulevard from Medina Way to G Street. This roadway segment is located in the City of Newport Beach, California. An evaluation was performed to assess the existing condition of the roadways and to develop pavement rehabilitation recommendations to improve its condition. Information such as the pavement's current surface condition, coring data, laboratory testing results, and pavement's structural condition through falling weight deflectometer (deflection) testing was evaluated and analyzed to develop pavement rehabilitation recommendations presented in this report. 1.2 SCOPE The following scope of work was performed, as outlined in our scope and fee proposal dated September 3, 2021: • Pavement surface condition assessments were performed to identify distress types and severity levels in general accordance with ASTM D6433. • 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. • Pavement corings were drilled at various locations throughout the street segment to measure and identify the in -situ pavement layer(s), including AC thicknesses, PCC thickness, aggregate base thicknesses, and subgrade soil types. • 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. • Pavement deflection testing was performed using a Falling -Weight Deflectometer (FWD) to collect deflection data for pavement structural evaluation and overlay thickness analysis and design. • Ground penetrating radar (GPR) testing was performed to evaluate potential areas of underlying PCC and the approximate thickness of the overlaying AC layer. • Pavement engineering analysis was performed to develop pavement rehabilitation recommendations. • Based on a combination of the above information, localized AC repair locations (patches) were mapped out. • This report was prepared to summarize our work, findings, conclusions, and recommendations for the pavement rehabilitation of Balboa Boulevard from Medina Way to G Street. February 23, 2022 (updated March 30, 2022) 3 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California 2. LOCATION AND PROJECT INFORMATION This project involved evaluating Balboa Boulevard from Medina Way to G Street in the City of Newport Beach, California. Balboa Boulevard is approximately 4,500 centerline -feet in length (13,000 total lane -feet) and generally consists of two travel lanes per direction between Medina Way and A Street and one travel lane per direction between A Street and G Street. In general, the opposing directions of travel are separated by a flush median lane. Some raised landscaped islands exist. The outside edge of roadway in both directions are bounded by a parking lane and concrete curbs and gutters. The location of Balboa Boulevard from Medina Way to G Street is illustrated on Plate 1 — Location Map. 3. FIELD EXPLORATION 3.1 PAVEMENT SURFACE. CONDITION ASSESSMENT Pavement surface condition assessments were performed in December 2021. The type, severity, and extent of the various observed distresses were documented in general accordance with ASTM D6433. In summary, the pavement condition varied throughout the alignment and prevalent distresses observed include: • Longitudinal cracking: low- to medium -severity • Transverse cracking: low- to medium -severity • Alligator cracking: low- to medium -severity • Weathering: low- to medium -severity • Reflective Cracking: low- to medium -severity • Patching: low- to medium -severity Overall, the condition of Balboa Boulevard varies between "Fair" and "Satisfactory" conditions. Select photographs of the pavement surface condition is presented in Appendix A — Select Photographs. 3.2 PAVEMENT CORINGS A total of eleven (11) pavement coring locations were explored on January 7, 2022, on Balboa Boulevard from Medina Way to G Street, as shown on Plate 2 — AC Core Hole Location Map. The locations were selected based on the information gathered from the pavement surface condition assessments to target areas of interest (i.e., areas that contain cracking patterns indicative of weak subgrade or thin pavement), pavement deflection testing to target areas of high deflection, as well as to gather data from distributed locations throughout the project limits. February 23, 2022 (updated March 30, 2022) 4 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California The corings were performed using a 6-inch-diameter electric core drill. The thickness of the asphalt concrete (AC), underlying Portland Cement Concrete (PCC), and underlying aggregate base (AB) layers, where encountered, was recorded. The depth to subgrade and visual classification of the subgrade samples were also recorded. Bulk samples of the subgrade were collected and delivered to GMU's laboratory for further evaluation. The corings were backfilled with aggregate base and capped with asphalt concrete (AC) cold patch. The existing AC layer thickness ranges from 1.5 inches to 11.5 inches and averages 5.25 inches. Except coring location C-2, paving fabric was encountered at all coring locations at approximate depths ranging from 1.5 to 3.0 inches within the AC layer. An underlying PCC layer was encountered at 6 out of the 11 locations (C-1, C-3, C-5, C-7, C-8, and C-10). The PCC layer thickness ranges from 4.0 inches to 11.5 inches, and averages 7.5 inches. Aggregate base layer was encountered at coring locations C-4 and C-6, with a thickness of 7.5 inches and 4.5 inches, respectively. An underlying aggregate base layer was not present wherever an underlying PCC layer was identified (underlying PCC was constructed on top of native subgrade). Plate 3 — Pavement Coring Summary Table provides additional information gathered from the pavement corings. 3.3 FALLING WEIGHT DEFLECTOMER TESTING Falling weight deflectometer (deflection) testing was performed on December 20, 2022, in accordance with Caltrans Test Method CT 356. In summary, this test method involved applying a 9,000-pound impact load to the pavement surface and measuring the pavement's deflection response. Higher deflection readings generally indicate lower pavement structural strength. Tests were performed at approximately 50-foot intervals in all through travel lanes. A total of approximately 200 locations were tested along Balboa Boulevard. Each deflection test point was geo-referenced using a GPS system. The tests were staggered between the lanes in both directions of travel to increase testing coverage. The results of the deflection tests are visually summarized in Plate 4 — Pavement Deflection Testing Data Map. 3.4 GROUND PENETRATING RADAR TESTING GPR testing was performed on February 18, 2022 to identify areas with potential underlying Portland Cement Concrete (PCC) pavement and pavement layer thickness information. Testing was carried out using a GSSI SIR30-420000S GPR system. GPR testing involves emitting a series of radar waves from an antenna and into the pavement structure while traveling at traffic speed. RADAN 7 software is used to analyze the GPR data gathered and estimate the various material's February 23, 2022 (updated March 30, 2022) 5 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California dielectric constant and identify pavement layer types. 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. Based on GPR testing and analysis, Plate 6 — Approximate Locations of Potentially Underlying PCC is provided. A Google Earth .kmz file is also provided to allow this data to be dynamically observed and includes additional data such as the overlaying AC layer and underlying PCC layer thicknesses. 4. LABORATORY TESTING Laboratory tests were performed on select samples retrieved from the corings to evaluate various engineering properties of the subgrade soils. The laboratory tests performed include: • R-value; • Sieve No. 200 wash for soil classification; • Atterberg Limits for soil classification; • Maximum density and optimum moisture content; • Sulfate content; and • In -place moisture content. 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' in -situ structural adequacy. The data was reviewed to develop overlay thickness recommendations. This design method considers the relationships between the measured deflection reading, tolerable deflection values, traffic index, and the in -place pavement layer thicknesses. The 20-year Traffic index (TI) values utilized in our analysis are provided in Table 1 below. February 23, 2022 (updated March 30, 2022) 6 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California Table 1: Traffic Index (TI) Values Utilized in the Analysis Section Direction Design Traffic Index Balboa Boulevard Medina Way to Palm Street Northbound 8.0 Southbound Balboa Boulevard Palm Street to A Street Northbound 7.5 Southbound 7.0 Balboa Boulevard A Street to G Street Northbound 7.5 Southbound 7.0 6. CONCLUSIONS AND RECOMMENDATIONS 6.1 DEFLECTION TESTING RESULTS The following table summarizes the results of the pavement deflection tests and analysis. Table 2: Deflection Analysis Summary and Findings 80th Design AC Tolerable percentile of Section Traffic Thickness Deflections measured Findings for at Surface surface Index Analysis (TDS), mils deflection D80 Balboa Boulevard 8 0 "Treated- 14.0 1?.7 Structurally Medina Way to Cypress Street Base" adequate(l)(2) Balboa Boulevard 8 0 "Treated- 14.0 10.9 Structurally Cypress Street to Palm Street Base" adequate(1)(2) Balboa Boulevard 7'S "Treated- 15.0 9.7 Structurally Palm Street to A Street Base" adequate(OP) Balboa Boulevard 7'S "Treated- 15.0 20.1 Structurally A Street to B Street Base" inadequate Balboa Boulevard 7.5 "Treated- 15.0 9.9 Structurally B Street to C Street Base" adequate(')(2) Balboa Boulevard 5 7..0 "Treated- 15 14.3 Structurally Street to D Street Base„ adequate(OP) q (OP) Balboa Boulevard 7.5 "Treated- 15.0 10.7 Structurally D Street to G Street Base „ adequate pl(2) Note (1): Although structurally adequate as -is overall, mill -and -overlay rehabilitation is recommended to address aging/materials related surface distresses (longitudinal, transverse, block cracking, and surface weathering/raveling), utility trench cuts, localized areas of load -related distresses, and reflective cracking design. See Section 6.3 Pavement Repair Recommendations. Note (2): Select areas of localized patch repairs are recommended. See Section 6.3 Pavement Repair recommendations. February 23, 2022 (updated March 30, 2022) 7 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California 6.2 OVEIZXL1, CONCLI SIONS It is our opinion the following factors contributed to the pavement deterioration on Balboa Boulevard: • The asphalt concrete pavement within the project limits have developed significant aging - and materials -related distresses, including raveling/weathering and longitudinal, transverse, and block cracking. As the pavement ages, it becomes increasingly brittle, leading to the development of these distress types. As these cracks worsen over time, they will allow additional moisture through the cracks and weaken support provided by the underlying layers. • A distinct rectangular surface cracking pattern was encountered throughout significant portions of Balboa Boulevard. This type of surface cracking is the result of subsurface reflective cracking that originated from underlying PCC joints. • Except between A Street and B Street, the pavement is structurally adequate based on the Falling Weight Deflectometer (FWD) testing and analysis. 6.3 PAVE- IEN'I' REHABILITATION' RECOIINIENDATIONS To improve the condition of Balboa Boulevard and achieve a 20-year design life, we recommend implementing the recommendations provided herein and summarized in tabular format on Plate 7 — Pavement Rehabilitation Alternatives Summary Table. 6.3.1 Localized AC Repairs Perform localized AC repairs is necessary at locations containing medium- or high -severity structural related distresses (i.e., alligator cracking, potholes, depressions) prior to installing the AC or ARHM leveling course or overlay. The approximate locations of the localized AC repairs indicated on Plate 5 — AC Localized Repair Map. Localized AC repairs consist of the following: Excavate and export materials at the recommended localized AC repair locations to accommodate the minimum recommended full -depth AC section. Portions the roadway may contain underlying PCC (for additional guidance, see Plate 6 — Approximate Locations of Potential Underlying PCC). If sound underlying PCC is exposed, limit the depth of removal to the top of the PCC section. • If underlying PCC does not exist, the soil 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). February 23, 2022 (updated March 30, 2022) 8 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California Construct a full -depth localized AC repair section 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. Note that existing paving fabric was encountered during the pavement corings at various locations. See Plate 3 — Pavement Coring Summary Table for locations where fabric was encountered during coring. Table 3: Recommended Minimum AC Localized Repair Thickness Section Direction Design Traffic Index Minimum localized AC Repair Thicknesstilt2> Balboa Boulevard Medina Way to Cypress Street Northbound 8.0 8.0 inches Southbound Balboa Boulevard Cypress Street to Palm Street Northbound Southbound Balboa Boulevard Palm Street to A Street Northbound 7.5 7.5 inches Southbound 7.0 7.0 inches Balboa Boulevard A Street to B Street Northbound 7.5 7.5 inches Southbound 7.0 7.0 inches Balboa Boulevard B Street to C Street Northbound 7.5 7.5 inches Southbound 7.0 7.0 inches Balboa Boulevard C Street to D Street Northbound 7.5 7.5 inches Southbound 7.0 7.0 inches Balboa Boulevard D Street to G Street Northbound 7.5 7.5 inches Southbound 7.0 7.0 inches Note (1): If sound underlying PCC is exposed during removal, limit the depth of removal to the top of the PCC section. Note (2): The recommended localized AC repair thickness shown is inclusive of the new rubberized AC, AC or ARHM leveling course, and/or AC base layer thicknesses. 6.3.2 Mill -and -Overlay Four (4) mill -and -overlay alternatives are offered that will achieve structural adequacy and are summarized on Plate 7 — Pavement Rehabilitation Alternatives Summary Table. The last table on Plate 7 provides the preferred alternative and reasoning for the preference. 0.3.3 Reflective Cracking Limiting Recommendations Perform crack repairs by cleaning and filling all cracks that are >1/4-inch wide with hot -rubberized crack sealant prior to installing the selected reflective cracking limiting system. In addition to use of rubberized AC, one of the following reflective cracking limiting systems must be used to satisfy reflective cracking design: February 23, 2022 (updated March 30, 2022) 9 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California • Recyclable high -strength fiberglass paving mat (a tensile strength increasing "pavement interlayer system"), such as Tensar's G1asPave25, installed on top of the AC leveling course surface. Note that this reflective cracking limiting system option should be used only with Alternatives A, B, or C (Alternative D does not include an AC leveling course). A 3/8-inch thick Asphalt Rubberized Aggregate Membrane (ARAM) per Greenbook Section 203-12 (a stress -relieving "pavement interlayer system"), installed on top of the AC leveling course surface for Alternatives A through C or installed on top of the milled surface for Alternative D. If neither one of these reflective cracking limiting systems are used, then an additional 1.5 inches of AC or an additional 1.0 inch of ARHM is required to achieve an equivalent amount of reflective cracking resistance. 6.4 UNSTABLE MATERIALS Although unlikely based on the subgrade soil types encountered, there is some potential for unstable materials to be exposed during construction. Areas with higher deflection measurements 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, an additional 4- to 8-inch thick AC layer referred to as a "sacrificial AC bridging" layer can be installed to stabilize the subgrade prior to installation of the structural asphalt concrete or rubberized AC layer(s). The ultimate thickness of the sacrificial AC bridging layer will vary depending on the extent and severity of the subgrade instability. The sacrificial AC bridging layer should be shaped but not over compacted (i.e., waive the typical AC compaction requirements for the sacrificial AC bridging layer). 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 top of an unstable section will likely not achieve the required compaction and/or will experience reduced pavement life. February 23, 2022 (updated March 30, 2022) 10 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California 6.5 SPECIFICATIO\'S We recommend satisfying the City of Newport Beach Specifications and the latest Standard Specifications for Public Works Construction (Greenbook) when implementing these pavement rehabilitation recommendations. Requirements specified within the Greenbook should be followed, including but not limited to: • Pavement surface preparation and tack coat application prior to installation of the AC/ARHM leveling course and/or ARHM 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 accurately. 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. The recommendations provided in this report has been developed to reduce reflective cracking propagation rate through use of fiber -reinforced AC, pavement interlayer systems (high -strength fiberglass paving mat), ARAM, and/or rubberized AC. 7.2 DES[G-N LIFE Excluding the potential for reflective cracking to propagate sooner and assuming that construction is performed in accordance with the above recommendations and in -compliance with project specifications, the recommendations provided offer a 20-year design life. Please note, the pavement will develop distresses with time and should not be expected to remain distress free for the full duration of the 20-year design -fife period. Proper pavement maintenance, including localized AC repairs when needed, crack repairs, and proper maintenance, should be performed to achieve a full 20-year design life. Areas that are structurally deficient and do not receive localized repairs may not achieve the full 20-year design life. February 23, 2022 (updated March 30, 2022) 11 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California 8. LIMITATIONS These recommendations are only intended to support the pavement rehabilitation 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. 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 construction of the streets improvements. Surface cracks may develop sooner or later depending on a number of factors that are unpredictable 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. 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. February 23, 2022 (updated March 30, 2022) 12 GMU Project 21-252-00 Mr. Jeff Wilkerson, STANTEC Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of Newport Beach, California 9. CLOSURE We appreciate this opportunity to provide our pavement engineering services on your 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 li Zalghout, M.Sc. Pavement Engineer �gQRpFESSl0 Michel El Sebaaly, M.S.c , EIT y,,SC Fyn Staff Pavement Engire�er �+ LU C81529 1 grFOF CAUFr .4ieR p, c., 29 D r ctor of Pavement Engineerin February 23, 2022 (updated March 30, 2022) 13 GMU Project 21-252-00 NEWPORT BAY J NEWPORT BEACH BAY ISLAND BALBOA j j 3Q ISLAND <BA_LBOA' a- I i FPENINSULA- a' w 6q t �e04 m a N N N O N 0 BALBOA PIER w 0 a J ; BALBOA- E PACIFIC ) Cr 'PENINSULA OCEAN 0 0 0 N N N N PROJECT AREA OF WORK BALBOA BLVD, BALBOA PENINSULA g BETWEEN MEDINA WAY AND G ST NEWPORT BEACH, CA N N " Location Map 0 N z Date: Februa 0 000' ry 23, 2022 pate 1 a Project No.: 21-252-00 0 1�31 H3MOl 33S / -- w - - / 1s 0 Ov \ FS% op --- m ti N �~ G y Z 3 fk.: D , �. w 2 -- --- ----- Q -� i I j i _ > J z - m z Q a p - p �tl atl -0 I m N m — - - > --... m — a. U CU ov Odd U IS- ol � U I �� I � NI7HO1bW ' 11-1HOltlW 11���JIH Wdod S dd�i 33S lmw4H3 nag i-. Wu- :Az - .0'01 LZOZ/s:/Z-01101e SMv'Enw �o loam apy a.oa ao -Z s�e�e-OOZSZIZ\�"P\00� GLT.'—.17T1 y N 0 O O N m O izz m o 0 aO _ � o i0 m OC N u .. � ° d Z E m � tN o 'o a 3 a c d Z o` 0 U U d O E i y v m d E - d a U d N W mJ V 0 c c «NN m O L O Yci, d U a o E c 9 c 'o- dz m c c c 'T N c a m Oc nW oi�� 3 m Ea ('Ia c- c JE v E a E a Q a oa y U a E o O d p `DMA a �C'u YO N y W D E ° m J d « N w L j z L d a m r E. ap O d d O d O C0 1 o p o 0 2 ww ) N �e? T C W F tcN Qy «tq E 3 'A 1° a IS u 3� z w d j > � E E a" o H O a o lo r C N y yNU U '^ Q yii d p � � O J q m , - « u O m O a O a d c S a 'o3 W3 cy o X w X w N a H cnj c U Z z 3 d a d i9 E d � E Q v V c E a `d9 n C N y L D dl d 5 o o c m_ a u o c - t « d u w H z > d 3 � V N a y - aa'IS U ozEc o c `m m w 5 T m Iz T z w a N y o, a m 3� v+Y a c f O o o W E 3 aW m C A z .x u _ a m0 3 v 02 an J b N C d o > o G O a6 0- d ae y o O w `E U h U F Ql E Q C Q M f a m U c m m 12 a U a U a O c d - d L 0 d _ E m L C - u d d m J N a L z z L U) d a m i 0 U CN E o u .- o s ;off 'o c v w p a<� o -0m9m a w W 3 d•C v 0 ~O 3 pc _ c z H w c E 7 m a o " = O a E d n 't - U a ry O Ja ° m d .2 c u O O c dim a a a p a t m w w _ F F r m 030' oco �N L L O z O z 3 o d a E - va t c d w d E.- c O d d m Q d E N •O `_ N Y �aE d y C N O O oo'< ad ^'wcu �me ° 0 t v`o rn? oC, o m c o Q W36 a � w E V a m 0 % `m 3 x 10 O 9 3 E ° - E o a 0 .o 0 E E a c _ 5 m L a Y � o rnv L E N a 0 d d C Q v ul V t a 3 E C 'o o- 0 t rw w�9 £`dy vu n z O O Lad cNOA -o - o L ° cpoa, c ic A -ad = d a W z a Q ,r° 3 n w 3 o c M c C $ p E'v u = z owp of 3 a E 0 O. Oa a 0 o Od 'C y U d o 0 O m 0 m M 0 M c o otl a G N p 0 w �% o `0 m E O m p a r m 4 d � � c 0 a m U - n a a 1. }/f f0 !/Z J _z §cl ; ;/\ ) \\\ \�\ \ \ \�\ \ , oo ol { _ -- - £f _ IL i| ` |; LU a ` k | ) � ! � I � �.�_.-.••.III � � �' I i ii 1 !I �aae�ioao:i yyy . j1,2 J18 I WS I. �>.ry AF. nc s0 a 220E/6L/i "C3�.0'tl b.p'tlow w, II o £ 1 OOZSL i]\b.o\'lfl-l'.l i2\SLOT\ � ^n�uv RM�lvw Mgt \ !Z arL ) Z IISO 'a +p.xN N \ I U s / \ O y I I I I q s III � v xx oLL I I Q a m F oW OW 2 J 2 I I I I d ¢ J Z J ^ I 7 H O r k I ° w0 O a O y ¢� O- I 1 � I ao - �_ W - W is .? _ f0 J LU m m m 1S I I O O O 2 m m 7k (6 (O m m — m _ m I a I ° m � — I I — Ism O nn 0 k 1SNI i N n S e �•� k 6 / A — — I lyw ; IIFI'R �1 S 13 Z z Z/;!/z ro gow , w=!n>e!'oof<oozs-zsc-�z\izoz\�-0r+w,vaa .,. 11� k�,� -111, - I r C " nHavw ;" aM I oHivw r- ck� i y' G LU tt _ 1(4i 'Ito, 1s D 'A vv •1 It �. 06 ._ t ix � I ~Q '� i F— � I �• H CH Ole 1 `541 ip --- p (ttt •� ; I p l A� I' ,� • LU _ ( i __ I W I � .. • _-- J , J V- W LL • LU I�•� (� --_. �— I L-- _ .-------� i • r _ t _. I ~ I I• ' 1 • 1 -- Z " Z • W •ui _ J.I. CP I — _ _-- ---I �i• I — � S Nodoo ( ilk •, - - - — Oji or s .= i i �S 1� � •;; f I i • LI •� _ '.: AVA"nnoa' " • sl, a ���'I 3jJ1432iV ��•M�. ,�3NIlH_ O' ' U d i ¢ i w i O Z w w w CL 0 a l --n — : a nd —7 zzoz/,z/z :a3LLma 6�6o�Ewpun�aaio�eao-g a�n�e-ooLSL lz\b•o\oo-zsz-"zUzoz\ � '9NwVac Plate 7 - Pavement Rehabilitation Alternatives Summary Table (Updated March 30, 2022) Altarnativa A - Raica C'rada by 1 A inrhae Annrnarh VI�IV PAVEMENT ENGINEERING From To Localized AC Repairs Medina Way Cypress Street See report Section 6.3.1 and Plate 5 -Areas of Interest for airs. ze0 AC Repairs. wim a Notes 1, 2 Reflective Cracking Limiting System AC Leveling Course Recommended to satisfy reflective 1.0-inch thick AC Leveling Course, cracking design. See report Section Type IIIC3, 6.3.3. PG 64-10 RHM-G min. thick ARHM-GG-C overlay Cypress Street AStreet A Street B Street B Street C Street C Street D Street D Street G Street Altarnntiva R - Raica rrada by 1 n inrhac Annrnarh From To L-ali-c! AC Repair. .... .. Medina Way Cypress Street See report Section 6.3.1 and Plate 5 -Areas of Interest for Localized AC Repairs. tAilling"I"'i Notes 1, 3 Reflective Cracking Limiting System Recommended to satisfy reflective cracking design. See report Section 6.3.3. AC Leveling C-4 1.0-inch thick AC Leveling Course, Type IIIC3, PG 64-10 0-1iryi"r- 1.54nch min. thick ARHM-GG-C overlay Cypress Street AStreet A Street B Street B Street C Street C Street D Street D Street I G Street Fr.. To Alternative L—imed AC Repair. C - .1.1mol 11:11MILlisefie. Maintain Existing Grade Cracking Limiting SyMant Approach AG Leveling C....""' Medina Way Cypress Street See report Section 6.3.1 Note 4 Recommended to satisfy reflective 1.0-inch thick AC Leveling Course, Type IIIC3, PG 64 10 Ove'l. 7.Sinch min. (hick ARHM-GG-C overlay Cypress Street A Street AStreet B Street Note 5 1.5-inch thick AC Leveling Course, g 1.5-inch min. thick and Plate 5 - Areas of Interest for Localized AC Repairs. cracking design. See report Section 6.3.3. Type IIIC3, PG 64-10 ARHM-GG-C overlay B Street C Street Note 4 1.0-inch thick AC Leveling Course, Type IIIC3, PG 64-10 1.5-inch min. thick ARHM-GG-C overlay C Street D Street D Street G Street Alternativp rl - Nn AC 1 avalinn Cnurca Annrnarh Fr.. To L—li-ef AC Repairs Medina Way Cypress Street See report Section 6.3.1 Note 6 Reflective Cracking Limiting System ARAM interlayer system per report AC Leveling Course 2.0.inch min. thick ARHM-GG-C overlay Cypress Street A Street AStreet 8 Street Note 2 or 3 2.5-inch min. thick ARHM-GG-C overlay and Plate 5. Section 6.3.3. NA B Street C Street Note 6 2.0.inch min. thick ARHM.GG-C oveday C Street D Street D Street G Street AItP_rnativa F - ARHM 1 avalinn 17 urc anti ARHM llvarlav Annrnm^h Fr.. To L Nod AC Repair. Medina Way Cypress Street ... See report Section 6.3.1 and Plate 5. mmina".1.11 Note 6 Reflective, Cracking Limiting System Use ARHM-GG-C for both leveling course and overlay. Leveling Cours,"" 1.0-inch min. variable thickness ARHM- GG-C leveling course Overlay; 1.5-inch min. thick ARHM-GG-C overlay Cypress Street AStreet A Street B Street Note 2 or 3 1.5-inch min. thick ARHM-GG-C overlay B Street C Street Note 6 1.5-inch min. thick ARHM-GG-C overlay C Street D Street D Street G Street Note (1): Ultimate dimensions to be determined by Project Civil Engineer to consider grade constraints, surface drainage, and other factors. Note (2): From outside edge of pavement, perform 2-5-inch deep mill and taper to 1.0-inch deep at 6 to 12 feet offset from pavement edge. Continue 1.0-inch deep mill towards center line. Mirror to other side. Note (3): From outside edge of pavement, perform 2.5-inch deep mill and taper to 1.5-inch deep at 6 to 12 feet offset from pavement edge. Continue 1.5-inch deep mill towards center line. Mirror to other side. Note (4): Perform 2.5-inch deep uniform -depth mill from edge of pavement to edge of pavement. Note (5): Perform 3.0-inch deep uniform -depth mill from edge of pavement to edge of pavement. Note (6): From outside edge of pavement, perform 2.0-inch deep mill and taper to 1.0-inch deep at 6 to 12 feet offset from pavement edge. Continue 1.0-inch deep mill towards center line. Mirror to other side. Note (7): Reflective cracking resistance is improved by a ratio of 2:1 when using rubberized AC in lieu of conventional AC. Use of rubberized AC is necessary to satisfy reflective cracking design, in addition to using a reflective cracking limiting system. Note (8): Core samples separated at the lift interphase during caring, which indicates that there is a high potential for the pavement to delaminate during milling and in an inconsistent manner. An AC leveling course Will help smooth out an uneven surface by filling in the low spots and improve ultimate roadway smoothness. Note (9): Some underlying PCC grinding may be required in order to install the full thickness of the AC leveling and/or ARHM overlay layers. Appendix A Select Photographs %al"IN PAVEMENT ENGINEERING Photo 1: Falling Weight Deflectometer (FWD) testing with moving -closure traffic control being performed on Balboa Boulevard. Photo 2: Pavement coring locations C-1 and C-2. Coring location C-1 was performed within an area showing relatively rectangular surface longitudinal and transverse cracking, which was identified as reflective cracking when underlying PCC was exposed upon coring. Balboa Boulevard — GMU Project Number 21-252-00 j h� Page 2 of 5 PAVEMENT E N G I N E E R I N G I it _ . a )k Photo 3: Core sample C-1 measuring 1.5-inch thick AC on top of 7.25-inch PCC with a crack extending through both the AC and PCC. Surface lift separated and pavement fabric encountered at 1.5-inch depth. Photo 4: Core sample C-2 measuring 5.25-inch thick AC. Sample taken within a non -cracked area. Surface lift remained intact. Balboa Boulevard — GMU Project Number 21-252-00 Page 3 of 5 V111`i PAVEMENT r Mr. I hi P P 0 1 11r. Photo 5: Pavement coring location C-4. Area contains low to medium -severity longitudinal and transverse cracking, and medium -severity weathering. Photo 6: Core sample C-4 measuring 6.75-inch thick AC with a crack extending 2.0 inches from the surface. Surface lift separated. Pavement fabric was encountered at a depth of 2.0 inches. Balboa Boulevard — GMU Project Number 21-252-00 _ Page 4 of 5 `i 1 V PAVEMENT ENGINEERING Photo 6: Pavement coring location C-8 and C-9. Area contains low -severity longitudinal and transverse cracking, and medium -severity weathering. Photo 7: Core sample C-8 measuring 8.25-inch thick AC over 4.0-inch thick PCC. The AC layer separated from the underlying PCC. Pavement fabric was encountered at a depth of 2.0 inches. Balboa Boulevard — GMU Project Number 21-252-00 Page 5 of 5 %Xi-ILi PAVEMENT ENGINEERING Appendix B Laboratory Data Summary %JUVIN PAVEMENT E N G I N E E R I N G C N L Vi N O m _ c E 3 y � o a r a N U F m E r o C N 0 U = a rn r v � v A > m c0 m co v co 0 •� x m c x w � r- Q E N o 'a3 N U O U a CL E § L L O a O U E x2,m a o o (6 0 go3 > LU 'E a z z z NC O J a1 C > CL L z z CD 0 a J a. Z a Z O � m N e a)(V LLI y V � � m N m J o 0 z ao -0Z c (/� T = m U m N LL " o O i� (D d U Cn w N� 66 U 7 'C L c C Q U ti ao U o •n a a a a a a d w _U Ol= Q C d ai C O C j ,(D Z Z Z Z Z Z Z Z O al w N Q L N M a0 N aO O r r O N N C G w O c� M O O IA O N � O O Q ' 0 cm N m3 U U U U U U U U Z ZZ/lZ/l lOO WNOMS 8V ON3 fd0 00-ZSZ-IZ V1V0 8Vl IIOS 318V1 nne 140 135 130 SG=2.60 SG=2.70 125 120 115 a 110 z w 0 r 0 105 100 95 90 85 80 0 10 20 30 40 50 MOISTURE CONTENT (%) COMPACTION TEST DATA Project: Stantec Balboa Bulevard Pavement Eval Project No. 21-252-00 Boring Number Depth (feet) Geologic Unit Symbol Maximum Dry Density, pcf Optimum Moisture Content, Classification C- 4 1.1 • 109 12.5 POORLY GRADED SAND with some SHELLS (SP) U.S. STANDARD OPENING 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 F- 2 w 60 m w 50 Z U- H Z 40 V w W a 30 20 10 0 10 1 0.1 0.01 0.001 PARTICLE SIZE IN MILLIMETERS N Boring Depth Geologic Symbol ILL N a 0 0 N C' N W N N Z� Q C7 �I PARTICLE SIZE DISTRIBUTION Project: Stantec Balboa Bulevard Pavement Eval ,w � Project No. 21-252-00 L�1'wIll GRAVEL SAND SILT CLAY COARSE FINE COARSE MEDIUM FINE Number (feet) Unit PI Classification C- 4 1.1 • NP NP POORLY GRADED SAND with some SHELLS (SP) C-10 1.1 m NP NP POORLY GRADED SAND (SP) PROJECT NAME: SAMPLE LOCATION: SAMPLE DESCRIPTION: SAMPLED BY: R-VALUE TEST REPORT El CT-301 ❑ ASTM-D2844 Stantec Balboa Blvd Pavement PROJECT NUMBER: 21-252-00 210 Balboa Blvd SAMPLE NUMBER: C-1 Poorly Graded Sand (SP) light brown SAMPLE DEPTH: 2-4 JSC 1/7/22 TESTED BY: JPG DATE TESTED: 1/20/2022 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 7.4 9.6 12.8 WEIGHT OF SAMPLE, grams 896 919 954 HEIGHT OF SAMPLE, Inches 2.44 2.44 2.53 DRY DENSITY, pcf 103.6 104.2 101.3 COMPACTOR AIR PRESSURE, psi 350 300 275 EXUDATION PRESSURE, psi 711 428 288 EXPANSION, Inches x 10exp-4 0 0 0 STABILITY Ph 2,000 Ibs (160 psi) 26 27 28 TURNS DISPLACEMENT 5.28 5.48 5.42 R-VALUE UNCORRECTED 71 69 68 R-VALUE CORRECTED 71 69 68 EXPANSION PRESSURE (psf) 0.0 0.0 0.0 R-VALUE VS. EXUDATION PRESSURE 00 80 70 60 w 50 J Q > ao 30 20 10 04 I 4 I 1 I 1 0 100 200 300 400 500 6. 700 800 EXUDATION PRESSURE (PSI) R-VALUE AT EQUILIBRIUM: 68 R-VALUE BY EXUDATION PRESSURE: 68 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): 2100.0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 500 450 LL 400 rn d 350 W 300 N250 W W 200 a O150 Z100 a a 50 X W 0 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY Of F 500.0 EXPANSION PRESSURE) w 2 450.0 -- - — - -- — J 400.0 00 - - - Q F 350.0 - N -- 300.0 --- - m E - 250.0 w --- -- Y200.0 - -- - U - 150.0 ---- --- - -- -- -- I- 100.0 �— --- --- --- -- -- --- -- --- --- w > 0 50.0 ---- -- --- --- --- -------- v 0.0 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) PROJECT NAME: SAMPLE LOCATION: SAMPLE DESCRIPTION: SAMPLED BY: Stantec Balboa Blvd Pavement 901 East Balboa Blvd Poorly Graded Sand (SP) Olive brown JSC 1/7/22 R-VALUE TEST REPORT P] CT-301 ❑ ASTM-D2844 PROJECT NUMBER: 21-252-00 SAMPLE NUMBER: C-6 SAMPLE DEPTH: 0.66-4 TESTED BY: JPG DATE TESTED: 1/20/2022 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 16.7 15.7 11.2 WEIGHT OF SAMPLE, grams 931 874 941 HEIGHT OF SAMPLE, Inches 2.45 2.33 2.66 DRY DENSITY, pcf 98.7 98.3 96.5 COMPACTOR AIR PRESSURE, psi 300 325 350 EXUDATION PRESSURE, psi 100 150 354 EXPANSION, Inches x 10exp-4 0 0 0 STABILITY Ph 2,000 Ibs (160 psi) 33 31 30 TURNS DISPLACEMENT 5.20 4.89 4.96 R-VALUE UNCORRECTED 65 68 69 R-VALUE CORRECTED 65 65 69 EXPANSION PRESSURE (psf) 0.0 0.0 0.0 R-VALUE VS. EXUDATION PRESSURE 90 80 70 60 W 50 7 J Q > ao IY 30 20 10 o+ I I � 1 I 1 I 1 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) R-VALUE AT EQUILIBRIUM: 68 R-VALUE BY EXUDATION PRESSURE: 68 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): 1 2100.0 EXPANSION PRESSURE VS. EXUDATION PRESSURE 500 450 V 400 rn R 350 W W 300 M U) 250 W IX 200 a O150 z 00 IL 50 x W a 0 Of F 500.0 — W 2 450.0 -- — -- O J 400.0 -- — m Q � 350.0 co300.0 - - - N £ 250.0 -- w z zoo.o -- - - — - U 150.0 - — - - — -- - -- 100.0 LLI 50.0 ____ __ —_ ___ ___ ___ ___ O U 0.0 _.. 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE) 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) V1_1V R-VALUE TEST REPORT El CT-301 ❑ ASTM-D2844 PROJECT NAME: Stantec Balboa Blvd Pavement PROJECT NUMBER: 21-252-00 SAMPLE LOCATION: 1309 Balboa Blvd SAMPLE NUMBER: C-11 SAMPLE DESCRIPTION: Poorly Graded Sand (SP) Reddish brown SAMPLE DEPTH: 0.5-3.5 SAMPLED BY: JSC 1/7/22 TESTED BY: JPG DATE TESTED: 1/20/2022 TEST SPECIMEN A B C MOISTURE AT COMPACTION % 6.8 7.8 14.0 WEIGHT OF SAMPLE, grams 961 928 930 HEIGHT OF SAMPLE, Inches 2.65 2.55 2.56 DRY DENSITY, pcf 102.9 102.3 96.5 COMPACTOR AIR PRESSURE, psi 160 150 150 EXUDATION PRESSURE, psi 735 657 293 EXPANSION, Inches x 10exp-4 0 0 0 STABILITY Ph 2,000 Ibs (160 psi) 28 26 34 TURNS DISPLACEMENT 4.80 4.90 5.10 R-VALUE UNCORRECTED 71 72 64 R-VALUE CORRECTED 73 72 64 EXPANSION PRESSURE (psf) 0.0 0.0 0.0 R-VALUE VS. EXUDATION PRESSURE 90 80 70 60 w 50 J Q > 40 30 20 10 0 1 I I I I I I 0 100 200 300 400 500 600 100 800 EXUDATION PRESSURE (PSI) R-VALUE AT EQUILIBRIUM: 64 R-VALUE BY EXUDATION PRESSURE: 64 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): 2100.0 500 450 LL 400 N d 350 W Of 300 M N250 W W 200 IL O150 Z 100 0. 50 X W 0 0 W F 500.0 W M 450.0 --- -- --- -- -- -- -- -- - O J 400.0 -- - -- - - H 350.0 - -- co300.0 - - - -- --- E 250.0 -- - - - -- --- w Y 200.0 - - -- - - -- -- -' -- U 150.0 -- --- -- -- -- - --- 100.0 LLI > 50.0 ---- --- --- -- --- --- --- --------------- 0 U 0.0 - EXPANSION PRESSURE VS. EXUDATION PRESSURE 100 200 300 400 500 600 700 800 EXUDATION PRESSURE (PSI) COVER THICKNESS (STABILOMETER BY EXPANSION PRESSURE) 0 50 100 150 200 250 300 350 400 450 500 COVER THICKNESS BY EXPANSION PRESSURE (mm) C7 I