HomeMy WebLinkAboutC-7185-1 - Arterial Highway Pavement Repair ProgramJuly 24, 2019
All American Asphalt
Attn: Michael Farkas
400 E. Sixth Street
Corona, CA 92879
Subject: Arterial Highway Pavement Repair Program — C-7185-1
Dear Mr. Farkas:
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-6443005 1 949-644-3039 Fax
newportbeachca.gov
On July 24, 2018, 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
July 25, 2018 Reference No. 2018000271092. The Surety for the contract is Fidelity
and Deposit Company of Maryland and the bond number is 7655248. Enclosed is the
Faithful Performance Bond.
Sincerely,
Leilani I. Brown, MMC
City Clerk
Enclosure
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. 7655248
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 1,965.00 , 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, Inc, hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consists of: (1) distributing construction
notices to affected businesses and residents; (2) establishing traffic control for
construction; (3) grinding existing pavement, reconstructing and overlaying roadway; (4)
removing and reconstructing curb and Portland cement concrete ("PCC") maintenance
strip; (5) adjusting utilities to grades; (6) installing traffic striping, pavement markings, and
raised pavement markers; (7) coordinating with outside utility owners to have their utility
facilities raised to grade; and (8) other incidental items to be completed in work place
required by the Plans and Specifications (the "Project" or "Work") 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 Four
Hundred Ninety Seven Thousand Four Hundred Ninety Seven Dollars and 001100
($497,497.00) lawful money of the United States of America, said sum being equal to
100% of the estimated amount of the Contract, to be paid to the City of Newport Beach,
its successors, and assigns; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
All American Asphalt, Inc. Page B-1
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verges only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of _ ? ss.
On 20 before me, "Please See Attached"
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verges only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of ) ss.
On _ 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
All American Asphalt, Inc. Page B-3
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 12tH day of December _'2017 .
All American Asphalt
Name of Contractor (Principal) Aut or z d Si at earfltle
Fidelity and Deposit Company of Maryland
Name of Surety Authorized Agent Signature
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017
Address of Surety
(213)270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
By.______ -
Aaron C. Harp
City Attorney
William Syrkin, Attorney -in -Fact _
Print Name and Title
N07ARYACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST HE ATTACHED
All American Asphalt, Inc. Page B-2
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
document to which this certificate is attached. and not the truthfulness. accuracv. or validity of that document.
State of California
County of Riverside
On 12/20/2017 before me, Rebecca Angela Parra, 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
persons) whose name(s) Ware subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/he4their authorized capacity(ies), and that by his/herRheir
REBECCA ANGELA PARRA signature(s) on the instrument the person(s), or the entity upon behalf
Notary Public-Cali(ornla of which the person(s) acted, executed the instrument.
Riverside County £
Commission 92192458 1 certify under PENALTY OF PERJURY under the laws of the State of
AMY comm. Expires May 17,2021 California that the forgoing paragraph is true and correct.
���wwaaaaaa WITNESS my hand�4official seal'
f
Signature 3
Place Notary Seal Above Signature of Ndtary 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 Performance Bond No. 7655248
Document Date: 12/12/2017 Number of Pages: Three (3)
Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland
Capacity(ies) Claimed by Signer(s)
Signer's Name: Mark Luer Signer's Name:
o Individual o Individual
XCorporate Officer —Tttle(s): President
o Partner I I o Limited o General
o Attorney in Fact W.
o Trustee
o Other:
Signer is Representing:
All American Asphalt
Top of thumb here
o Corporate Officer—Title(s): _
o Partner I I u Limited o General
o Attorney in Fact
o Trustee
o Other:
Signer is Representing:
Top of thumb here
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL
CODE
. f. •e�G� 'Cw<.�Vv.•.gNa' � sLK•.i� .A<w C.'\V-. T•.q�.G te�.c\,e\t�: ,aNc\Gaer <.i\.c�..�:\
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Orange
On 12/12/2017 before me, R. Paramo, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared William Syrkin
Name(*of Signerl's)
who proved to me on the basis of satisfactory evidence to be the persons} whose name(s). is/am
subscribed to the within instrument and acknowledged to me that he/sha/they executed the same in
his/hsdtl r authorized capacity(1Ba), and that by his/hevb%ir signature4on the instrument the person(,
or the entity upon behalf of which the persons) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of Calif4r in a that the foregoing paragraph
is true and -correct.
WITLESS m hand official sea.
R. PARAMO
Notary Public - California
Orange County - nature
j Commission N2204277
®isrrar My Comm. Expires Aug 5, 2011 Signature Of NOtarY
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: Performance Bond No. 7655248 Document Date: 12/12/2017
Number of Pages: Three(3) Slgner(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: William Syrkin
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual Q Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing: —
Fidelity and Deposit Company of Mar land
Signer's Name:
O Corporate Officer — Title(s):
❑ Partner — 1-1 Limited ❑ General
Cl Individual ❑ Attorney In Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other: _
Signer Is Representing: _
F4\epi 4\✓.4�/Gt. �iWGt%.'b e�4-'.G\✓Liei4\�� ..V44..G ..G\�'
1 1 . . . •
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fac, 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
1, 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 ZURICI I 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 10th 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 12th day of December 2017
`�a Duet.
IoM s
Michael C. Fay, 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
September 28, 2018
All American Asphalt
Attn: Michael Farkas
400 E. Sixth Street
Corona, CA 92879
Subject: Arterial Highway Pavement Repair Program C-7185-1
Dear Mr. Farkas:
CITY OF NEWPORT83EACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 FAx
newportbeachca.gov
On July 24, 2018 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
July 25, 2018, Reference No. 2018000271092. The Surety for the bond is Fidelity and
Deposit Company of Maryland and the bond number is 7655248. Enclosed is the Labor
& Materials Payment Bond.
Sincerely,
i� 0
Leilani I. Brown, MMC
City Clerk
Enclosure
premium is included in the performance bond
-.xecutedin: 2 Counterparts
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO, 7655248
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consists of. (1) distributing construction
notices to affected businesses and residents; (2) establishing traffic control for
construction; (3) grinding existing pavement, reconstructing and overlaying roadway; (4)
removing and reconstructing curb and Portland cement concrete ("PCC") maintenance
strip; (5) adjusting utilities to grades; (6) installing traffic striping, pavement markings, and
raised pavement markers; (7) coordinating with outside utility owners to have their utility
facilities raised to grade; and (8) other incidental items to be completed in work place
required by the Plans and Specifications (the "Project" or "Work") 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 Four
Hundred Ninety Seven Thousand Four Hundred Ninety Seven Dollars and 001100
($497,497.00) lawful money of the United States of America, said sum being equal to
100% of the estimated amount payable by the City of Newport Beach under the terms of
the Contract; for which payment well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by
these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
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
All American Asphalt, Inc. Page A-1
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 12th day of December 12017 .
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017
Address of Surety
(213)270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: i
Aaron C. Harp
City Attorney
Signature
William Syrkin, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
All American Asphalt, Inc. Page A-2
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, `*Please See Attached**
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 133.
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, Inc. Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document.
State of California
County of Riverside
On 12/20/2017 before me, Rebecca Angela Parra, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Mark Luer
Name(s) of Signers)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/shelthey executed the same in
his/heNthek authorized capacity(ies), and that by his/herltheir
REBECCA ANGELAPARRA signature(s) on the instrument the person(s), or the entity upon behalf
t. Notary Public-Califomla of which the person(s) acted, executed the instrument.
Riverside County €
Commisslon 92792458 1 certify under PENALTY OF PERJURY under the laws of the State of
My Comm. Expires May 17,2021 Califomia that the forgoing paragraph is true and correct.
WITNESS my hand- official seal.
i
Signature�� LiC.t
Place Notary Seal Above Signature of otary 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 Payment Bond No 7655248
Document Date: 12/12/2017 Numberof Pages: Three (3)
Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland
Capacity(ies) Claimed by Signer(s)
Signer's Name: Mark Luer Signer's Name:
o Individual o Individual
XCorporate Officer —Title(s): President oCorporate Officer —Title(s):
Li Partner 0 o Limited o General o Partner C] o Limited o General
o Attorney in Fad eqffl� o Attorney in Fad e
Li Trustee Top of thumb here Top of thumb here
❑ Trustee
o Other: o Other:
Signer is Representing:
Signer is Representing:
CALIFORNIA ALL-PURPOSE
ACKNOWLEDGMENT ..
==2 :�: c\irc�:
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 12/12/2017 before me, R. Paramo, Notary Public
Date Here Insert Name and Title of the Offtcer
personalty appeared William Syrkin
Name(sll of Signer(*
who proved to me on the basis of satisfactory evidence to be the persons} whose name4 is/are
subscribed to the within instrument and acknowledged to me that he/slte/they executed the same in
his/Itet/tlwir authorized capacity(laiii), and that by his/het/iheU signatureZ.on the instrument the person(s),,
or the entity upon behalf of which the person(s), acted, executed the instrument.
R -P RAMC)
_ Notary Public - California
Orange County il
Commission # 2204277
My Comm. Expires Aug 5, 2021
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of is .that the foregoing paragraph
is true a orrect.
my hand bbd official
Signature of Notary
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. 7655248 Document Date: 12/12/2017
Number of Pages: Three(3) Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signers)
Signer's Name: _ William Syrkin
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ['Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company ofMaryland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian'or Conservator
❑ Other.
Signer Is Representing:
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time.
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th 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 time and affixed the corporate seals of the said Companies,
this 12th day of December 2017
000
Michael C. Fay, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTIOI'
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
PRF7655248
Bond Number
City of Newport Beach
Obligee
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
Michael P. Bond, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint William Syrkin
its true and lawful
agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds
and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the
ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of December A.D. 2017 .
By: Michael P. Bond
Vice President
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
n -4a
✓♦ .
• a
On this 12th day of December A.D. 2017 before the subscriber, a Notary Public of the State of
Maryland, duly commissioned and qualified, Michael P. Bond, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known
to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly
sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate
Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the
authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
Batch 3637050 Confirmation
RECORDING REQUESTED BYAND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Page 1 of 4
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
II11I1JIIlill1111111111I11IIIIIIIIIIIIflilIIIIII11111liIlJill IJJI III NO FEE
*$ R 0 0 1 0 2 4 1 6 2 9$
201800027109210:07 am 07125118
63 406 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and All American Asphalt, Corona,
California, as Contractor, entered into a Contract on November 24, 2017. Said Contract
set forth certain improvements, as follows:
Arterial Highway Pavement Repair Program - C-7185-1
Work on said Contract was completed, and was found to be acceptable on
July 24. 2018, 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.
"01
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. ,_f Q/,
P4Executed on �/ 40 , �Vg at Newport Beach, California.
3a
►'��'��lu. �'� Glulil,
https:Hgs.secure-recording.com/Batch/Confinnation/3637050 07/25/2018
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 24, 2017. Said Contract
set forth certain improvements, as follows:
Arterial Highway Pavement Repair Program - C-7185-1
Work on said Contract was completed, and was found to be acceptable on
July 24, 2018, 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 (�f...
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. I I Q
Executed on v ��/� �i/� ��g at Newport Beach, California.
m
City Clerk
CITY CLE11K
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 9:00 AM on the 13th day of November, 2017,
at which time such bids shall be opened and read for
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
$ 350,000
Engineer's Estimate
Ap�ved by
i
ark Vukojevic
City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.planetbids.com/portallportal.cfm?CompanV[D=22078
Hard copy contract documents are available via
Mouse Graphics at (949) 548-5571
Located at 659 W. 19th Street, Costa Mesa, CA 92627
Contractor License Classification(s) required for this project: "A"
For further information, call Frank Tran, Project Manager at (949) 644-3340.
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http: //newportbeachca. gov/g overn m e nt/open-transparent/on I i ne-services/bids-rfps-
vendor-registration
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
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 ..........................................10
NON -COLLUSION AFFIDAVIT ........................ .. .......... . .............
.............. 14
DESIGNATION OF SURETIES .................... ... ... .. . ........ . .....
... ............... 15
CONTRACTOR'S INDUSTRIAL SAFETY RECORD ...... .......................
..... .............. 16
ACKNOWLEDGEMENT OF ADDENDA .................. . ....... ..... . ..............................
18
INFORMATION REQUIRED OF BIDDER .....................................................................
19
NOTICE TO SUCCESSFUL BIDDER ............................... ...........................................
22
CONTRACT............................................................................. ..... ....
. ...... ............... 23
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
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed, uploaded and received electronically by
the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info 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 (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.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State of California, and
(2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The
successful bidder's security shall be held until the Contract is executed. (original Bid Bonds
must be submitted to the City Clerk's Office.)
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
3
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract. The securities shall be
deposited in a state or federal chartered bank in California, as the escrow agent.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations.
All parties to the contract shall be governed by all provisions of the California Labor Code —
including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site.
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of
the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts
Code, "Subletting and Subcontracting Fair Practices Act".
10. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized
by the corporation. For partnerships, the signatures shall be of a general partner. For sole
ownership, the signature shall be of the owner.
14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf
of itself or a subcontractor that lacks privity of contract with the City but has requested that
contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested
for a time extension, payment by the City for money or damages arising from work done by, or
on behalf of, the contractor and payment for which is not otherwise expressly provided or to which
the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City,
the following is a summary of the claims resolution process to be applied:
A. The City shall review the claim and, within 45 days, shall provide a written statement
identifying the portions of the claim that are disputed and undisputed. This time period may
be extended by mutual agreement. The claimant shall furnish all reasonable documentation
to support the claim. If the City needs approval from its City Council to provide the written
4
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
267073 A. C-12
Contractor's License No. & Classification
1000001051 Exp. 06/30/18
DIR Reference Number & Expiration Date
All American Asphalt
Bidder
5
Autho ized Si ature/Title
Edward J. Carlson, Vice President
W.1-7
Date
Bond No. 08597423
Bid Date: 11/13/2017
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
BIDDERS 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 ARTERIAL
HIGHWAY PAVEMENT REPAIR PROGRAM, Contract No. 7185-1 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 3rd day of Novembers 2017.
All American Asphalt /g,a
Name of Contractor (Principal) /Authori26d Signatu /Title
Es\word ��ts��e,.k
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
TQ Qui% a �11Qim .-.
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -In -Fact
Print Name and Title
(Notary acknowledgment of Principal & SuretV must be attached)
ACKNOWLEDGMENT
State of California
County of ) ss.
On before me,
personally appeared
Notary Public,
,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)
rseaq
Thumbprint of Signer
❑ Check here if
Capacity of Signer: no thumbprint
Trustee or fingerprint
Power of Attorney is available.
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other Information:
State of California
County of
On
personally appeared
ACKNOWLEDGMENT
ss.
before me, "Please See Attached" , Notary Public,
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 of Signer:
Trustee
Power of Attorney
_ CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other
Anal,
Thumbprint of Signer
Check here if
no thumbprint
or fingerprint
is available.
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 validitv of that document.
State of California
County of Riverside
on 11/9/2017 before me, Rebecca Angela Parra, Notary Public
Data Here Insert name and Title of the Officer
personally appeared Edward J. Carlson
Name(s) of Signers)
REBECCA ANGELAPARRA
Notary Public - California
Riverside County n
Commission 8 2192458
My Comm. Expires May 17, 2021
who proved to me on the basis of satisfactory evidence to be the
person(&) whose names) Wars subscribed to the within instrument
and acknowledged to me that he/she/Ihey executed the same in
his/her/their authorized capacity(iss), and that by his/her/their
signature(s) on the instrument the person(&), or the entity upon behalf
of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS m hand tial seal.
Y
Signature
Place Notary Seal Above Signature of Notau
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 Bid Bond
Document Date: 11/03/2017 Number of Pages: Three (3)
Signer(&) Other Than Named Above: Fidelity and Deposit Company of Maryland
Capacity(!") Claimed by Signer(G)
Signer's Name: Edward J. Carlson Signer's Name:
❑ Individual ❑ Individual
X Corporate Officer —Title(s): Vice President
❑ Partner n ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee ay m momb ner
❑ Other:
Signer is Representing:
❑ Corporate Officer — Title(s): _
❑ Partner ❑ ❑ Limited o General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENY CIVIL CODE § 1189
.�<.a<.�<.:.. .c�<.4.«:� .wKCC .c�<.a ... s�i.r .a d • a�<s.<.a� - .c�<.w . .o�c+�cc�<.e, s� .:��<.a
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 11/03/2017 before me, A. MacFarlane, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
Name(�,),of Signer(*
who proved to me on the basis of satisfactory evidence to be the persons} whose names} is/are
subscribed to the within instrument and acknowledged to me that Wshe/thea executed the same in
InWher/their authorized capacitylLt*, and that by hie4herMwir signatures on the instrument the person(,
or the entity upon behalf of which the person(s), acted, executed the instrument.
A. MACFARLANE
Notary Public - California
Orange County 5:
Commission a 2188592
My Comm. Expires Mar 27, 2021
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 C�i ®e Pe.
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: 11/03/2017
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 ❑ 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:
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th 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 TESTIMO lY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this W4 day of _�� , 20 I.
;iia ?10'6,ma
4ti� +'? =M fir 333 88�AL
Tzi
,
At to 0 -
Michael Bond, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED
INFORMATION TO:
Zurich American Insurance Co.
Attn: Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
GERALD F. HALEY, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint William SYRKIN, Rebecca HAAS -BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine,
California, EACH its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as
its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall
be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by
the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly
elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the
regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their
own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 18th day of April, A.D. 2017.
ATTEST:
Assistant Secretary
Dawn E. Brown
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
q DP
1NSy°••M1M1
2BAL
trop ` .x of
wM1,M1*nN•,
4 "'
Vice President
Gerald F. Haley
State of Maryland
County of Baltimore
On this 18th day of April, A.D. 2017, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GERALD F.
HALEY, Vice President, and DAWN E. BROWN, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
............
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
POA -F 012-0033D
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
DESIGNATION OF SUBCONTRACTOR(S)
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 following subcontractors 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. (Use additional sheets if needed.)
Subcontractor's Information
Bid Item
Description of Work
% of
Number
Total Bid
Address: S3\2 Q�g 1 t)ZMA
�ypr °tou�o
la
ac
Phone:
l\y-o\qs-q\po
State License Number: 11t -icto
DIR Reference:\OocwkP MO
Email Address' tv h Su ,u.
c
Name: tFw% \ or dscape,��.
\-O'"a4e �Yvi,7�q�o„
Address: \gtg2 s\wrd�vtc4
�,°)
�a .ac . IVa\le t,Caatitob
Phone:
°1.
lty-gtp,-`141�
State License Number: go4tbn.
DIR Reference: louc00004te
Email Address:
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address
All American Asphalt f�
Bidder Autho zed Sigmfitureffitle
Edward J. Carlson, Vice President
9
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
DESIGNATION OF SUBCONTRACTOR(Si
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 Publ c
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 following subcontractors 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 Slate law. No changes may be made in these subcontractors except with
prior approval of the City of Newport Beach. (Use additional sheets if needed.)
Subcontractor's Information
Bid Item
Description of Work
°i° of
Number
Total Bid
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address
All American As. zgtz -'
Bidder Auth 'zed Sig aturerritle
Edward J. Carlson, Vice President
14
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this formM Please print or type.
Bidder's Name All American Asphalt
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $15,000, provide the following information:
No. 1
Project Name/Number _014/2015 Arterial
Project Description Street Improvements
Approximate Construction Dates: From 08/2015 To: 03/2016
Agency Name City of Riverside
Contact Person Steve Howard Telephone () (951) 826-5708
Original Contract Amount $ 4.116.4moo Final Contract Amount $ 3,965,933.69
If final amount is different from original, please explain (change orders, extra work, etc.)
Reduction in Final Quantities.
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.
10
No. 2
Project Name/Number Annual Residential Overlay
Project Description Street Improvements
Approximate Construction Dates: From 01/2016 To: 09/2016
Agency Name City of Rancho Santa Margarita
Contact Person Max Maximous Telephone () (949) 635-1800
Original Contract Amount $ 233.913.9u Final Contract Amount $ 245.190.00
If final amount is different from original, please explain (change orders, extra work, etc,)
Change Orders - R&R AC, Traffic Loops
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. 3
Project Name/Number Florence Avenue Overla
Project Description Street Improvements
Approximate Construction Dates: From 04/2016 To: 09/2016
Agency Name City of Bell
Contact Person Dahi Kim Telephone () (323) q�- 8
Original Contract Amount $ s43.000.00 Final Contract Amount $ 114329.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
11
No. 4
Project Name/Number Hawthorne Blvd. Reconstruction
Project Description Street Improvements
Approximate Construction Dates: From 4/2014 To: 5/2015
Agency Name , City of Hawthorne
Contact Person Heecheol Kwon Telephone () (310) 349-2980
Original Contract Amount $12.579,a0o.00Final Contract Amount $ 14.657 267.23
If final amount is different from original, please explain (change orders, extra work, etc.)
Change Orders - Digital Sign Remove Abestos Pipe
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.
I Uri
No. 5
Project Name/Number Pavement Resurfacing Phase II
Project Description Street Improvements
Approximate Construction Dates: From 04/2015 To: 10/2015
Agency Name County of Ventura
Contact Person Jeewoonq Kim Telephone () (805) 654-3987
Original Contract Amount $ 2,401 97o.00 Final Contract Amount $ 2 192 239 93
If final amount is different from original, please explain (change orders, extra work, etc.)
Reduction in Final Quantities
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
12
No. 6
Project Name/Number Florence Avenue
Project Description Street Improvements
Approximate Construction Dates: From 4/2015 To: 10/2015
Agency Name City of Inglewood
Contact Person Hunter Nguyen Telephone () (310) 412-4252
Original Contract Amount $ 2.639.000.00 Final Contract Amount $ 2.867.616.60
If final amount is different from original, please explain (change orders, extra work, etc.)
Change Orders - Survey Repair Watermain Break Electrical Extra
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on-site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
All American Asphalt Z// //F✓L
Bidder AutAo ianafurefTitle
Edward J. Garlson, Vice President
13
"'2016"
PAST WORK REFERENCES WITH CHANGE ORDERS
2014/2015 Arterial Streets Contract Amount: $4,118,460.00
City of Riverside Change Orders: S2,686.71
3900 Main St. Riverside, CA 92501 Relocate Push Button
Contact: Steve Howard, (951)826-5708 Reduction in Quantities
Start: 08/2015 Completed: 03/2016 End Amount: 3,965,933.69
Annual Residential Overlay Contract Amount: 5233,913.90
City of Rancho Santa Margarita Change Orders: $11,276.31
2212 El Paseo, Rancho Santa Margarita, CA 92688 R&R AC
Contact: Max Maximous, (949)635-1800 Traffic Loops
Start: O1/2016Completed: 09/2016 End Amount: 245,190.00
Grand Ave. Beautification Project Contract Amount: $1,939,000.00
City of Diamond Bar Change Orders: $651,632.60
21810 Copley Drive Diamond Bar, CA 91765 Electrical / Bollards
Contact: Kimberly Young, (909) 839-7044 Crosswalk / Poles
Start: 08/2015 Completed: 05/2016 End Amount: 2,369,700.17
Florence Avenue Overlay Contract Amount: $643,000.00
City of Bell Change Orders: $21,329.00
6330 Pine Avenue, Bell, CA 90201 As Issued by the City
Contact: Dal -ii Kim, (323)923-2628
Start: 04/2016 Completed: 09/2016 End Amount: 664,329.00
Route 111, Contract No. 08-1C4604 Contract: $1,536,207.00
Department of Transportation Change Orders: $48,615.00
72-800 Dinah Shore Dr. Palm Desert, CA 92211 As Issued by Caltrans
Contact: Khoi Vu, (951) 232-6263
Start: 04/2016 Completed: 09/2016 End Amount: $1,584,822.10
Route 73, Contract No. 12 -OM 1104 Contract Amount: $1,545,163.00
Department of Transportation Change Orders: $167,884.61
3251 % University Dr,.Irvine, CA 92612 As Issued by Caltrans
Contact: Peter Shieh, (949)279-8636
Start: 4/2015 Completed: 07/2016 End Amount: $1,713,047.61
Bear Valley Road Reconstruction Contract Amount: $2,611,215.00
City of Victorville Change Orders: $329,482.16
14343 Civic Drive, Victorville, CA 92392 As directed by the City
Contact: Bruce Miller, (760) 269-0045
Start: 04/2016 Completed: 07/2016 End Amount: $2,281,732.84
41' Street Improvement Project Contract Amount: $545,680.00
City of Perris Change Orders: 0
101 N. D Street, Perris, CA 92570 None
Contact: Brad Brophy, (951)943-6504
Start Date: 03/2016 Completed: 07/2016 End Amount: $556,607.94
FY 15-16 St. Resurfacing & Slurry Seal Project
Contract Amount: $876,455.00
City of Palos Verdes Estates
Change Orders: 0
340 Palos Verdes, Palos Verdes Estates,CA 90274
None
Contact: Ken Rukavina, (310)378-0383
Start: 11/2015 Completed: 06/2016
End Amount: $897,051.07
Corona Del Mar Entry Improvements
Contract Amount: $497,497.00
City of Newport Beach
Change Orders: $98,360.02
100 Civic Center Dr„Newport Beach, CA 92660
Striping, Planters
Contact: Alfred Castanon, (949)644-3314
Conduit, Low Voltage Light
Start Date: 02/2016 Completed: 05/2016
End Amount: $595,857.02
Cameo Shores Pavement Reconstruction Contract Amount: $3,363,363.00
City of Newport Beach Change Orders: $91,533.16
100 Civic Center Dr, Newport Beach, CA 92660 Catch Basin Top Slab, Remove Unsuitable
Contact: Frank Tran, (949)644-3340 Material, Pressure Wash, Seal Wall
Start Date: 06/2016 Completed: 12/2016 End Amount: $3,454,896.16
Pacific Park Rehab. -Chase to 73 Fwy Contract Amount: $633,633.00
City of Aliso Viejo Change Orders: 0
12 Journey, Suite 100, Aliso Viejo, CA 92656 None
Contact: Chris Tanio, (949)425-2531
Start Date: 10/2016 Completed: 12/2016 End Amount: $631,687.00
°2015°°
PAST WORK REFERENCES WITH CHANGE ORDERS
Hawthrone Blvd Reconstruction Contract Amount: $12,579,000.00
City of Hawthorne Change Orders: $340,598.28
4455 W. 162"d Street, Hawthorne, CA 90250 Digital Sign
Contact: Heecheol Kwon, (310) 349-2980 Remove Asbestos Pipe
Start: 4/2014 Completed: 5/2015 End Amount: $14,852,267.23
Florence Ave
City of Inglewood
One Manchester Blvd, Inglewood, CA 90301
Contact: Hunter Nguyen, (3 10) 412-4252
Start: 4/2015 Completed: 10/2015
Pavement Resurfacing, Phase II
County of Ventura
800 S. Victoria Ave, Ventura, CA 93009
Contact: Jeewoong Kim, (805) 654-3987
Start: 4/2015 Completed: 10/2015
Northeast Montclair Street Rehabilitation
City of Montclair
5111 Benito Street, Montclair, CA 91763
Contact: Steve Stanton, (909) 625-9444
Start: 4/2015 Completed: 7/2015
Route 74 Widening
Riverside County Transportation Commission
4080 Lemon Street, 3`d Floor, Riverside, CA 92501
Contact: Bill Seitz, (949) 300-9132
Start: 4/2014 Completed: 7/2015
Contract Amount: $2,639,000.00
Change Orders: $208,618.60
Survey, Repair Watermain Break
Electrical Extra
End Amount: $2,847,618.60
Contract Amount: $2,401,970.00
Change Orders: 0
None
End Amount: $2,192.239.93
Contract Amount: $514,150.00
Change Orders: 0
None
End Amount: $514,350.23
Contract: $1,970,004.00
Change Orders: $238,729.70
As Added by the Agency
End Amount: $2,127,816.57
Minor Streets Phase I
Contract Amount: $2,137,191.00
City of Riverside
Change Orders: 0
3900 Main Street, Riverside, CA 92501
None
Contact: Steve Howard, (951) 826-5708
Start: 4/2015 Completed: 9/2015
End Amount: $2,212,471.10
Garfield Elementary School Pavement
Contract Amount: $1,976,508.00
Long Beach Unified School District
Change Orders: $28,916.58
2201 E. Market Street, Long Beach, CA 92805
Fencing
Contact: Nancy Chinchilla, (562) 997-7513
Landscaping
Start: 612015 Completed: 11/2015
End Amount: $2,092,453.18
«2015"
PAST WORK REFERENCES WITH CHANGE ORDERS
Hawthrone Blvd Reconstruction Contract Amount: $12,579,000.00
City of Hawthorne Change Orders: $340,598.28
4455 W. 162nd Street, Hawthorne, CA 90250 Digital Sign
Contact: Heecheol Kwon, (310) 349-2980 Remove Asbestos Pipe
Start: 4/2014 Completed: 5/2015 End Amount: $14,852,267.23
Florence Ave
City of Inglewood
One Manchester Blvd, Inglewood, CA 90301
Contact: Hunter Nguyen, (310) 412-4252
Start: 4/2015 Completed: 10/2015
Pavement Resurfacing, Phase II
County of Ventura
800 S. Victoria Ave, Ventura, CA 93009
Contact: Jeewoong Kim, (805) 654-3987
Start: 4/2015 Completed: 10/2015
Northeast Montclair Street Rehabilitation
City of Montclair
5111 Benito Street, Montclair, CA 91763
Contact: Steve Stanton, (909) 625-9444
Start: 4/2015 Completed: 7/2015
Route 74 Widening
Riverside County Transportation Commission
4080 Lemon Street, 3`d Floor, Riverside, CA 92501
Contact: Bill Seitz, (949) 300-9132
Start: 4/2014 Completed: 7/2015
Minor Streets Phase 1
City of Riverside
3900 Main Street, Riverside, CA 92501
Contact: Steve Howard, (951) 826-5708
Start: 4/2015 Completed: 9/2015
Contract Amount: $2,639,000.00
Change Orders: $208,618.60
Survey, Repair Watermain Break
Electrical Extra
End Amount: $2,847,618.60
Contract Amount: $2,401,970.00
Change Orders: 0
None
End Amount: $2,192,239.93
Contract Amount: $514,150.00
Change Orders: 0
None
End Amount: $514,350.23
Contract: $1,970,004.00
Change Orders: $238,729.70
As Added by the Agency
End Amount: $2,127,816.57
Contract Amount: $2,137,191.00
Change Orders: 0
None
End Amount: $2,212,471.10
Garfield Elementary School Pavement Contract Amount: $1,976,508.00
Long Beach Unified School District Change Orders: $28,916.58
2201 E. Market Street, Long Beach, CA 92805 Fencing
Contact: Nancy Chinchilla, (562) 997-7513 Landscaping
Start: 6/2015 Completed: 11/2015 End Amount: $2,092,453.18
"2014"
PAST WORK REFERENCES
City of Fullerton Yorba Linda Blvd Reconstruction
303 W. Commonwealth Ave Contract Amount: $1,346,000.00
Fullerton, CA 92832 Start: 7/2014
Contract: Kevin Kwak, (714) 738-6865 Completed: 11/2014
Port of Long Beach
4801 .Airport Plaza Drive
Long Beach, CA 90815
Contact: Lincoln Lo, (562) 283-7000
City of Beverly Hills
455 N. Rexford Drive
Beverly Hills, CA 90210
Contact: Mark Cueno, (310) 285-2557
City of 7urupa Valley
12363 Limonite Ave
Riverside, CA 92507
Contact: Michael Myers, (951) 332-6464
City of Santa Ana
20 Civic Center
Santa Ana, CA 92701
Contact: Kurt Weimann, (714) 647-5639
2013 Roadway Maintenance and Slurry
Contract Amount: $992,000.00
Start: 6/2014
Completed: 10/2014
2012-2013 Street Resurfacing
Contract Amount: $2,970,000
Start: 7/2013
Completed: 5/2014
2012-13 Pavement Rehabilitation
Contract Amount: $970,000
Start: 5/2013
Completed: 12/2013
Bristol Street Rehabilitation
Contract Amount: $6,951,475
Start: 3/2013
Completed: 12/2014
"2013"
PAST WORK REFERENCES
Department of Transportation Route 74, Contract No. 12-OL6404
3521 % University Dr Contract. Amount: $1,134,057
Irvine CA 92612 Start: 7/2012
Contract: Dat Pham, (949) 279-8586 Completed: 5/2013
City of Santa Clarita
23920 Valencia Blvd
Santa Clarita CA 91355
Contact: Bill Whitlatch, (661) 259-2489
LACDPW
900 S Fremont Ave
Alhambra, CA 91803
Contact: Hector Hernandez, (626) 458-2191
Department of Transportation
2023 Chicago Ave., B-6
Riverside, CA 92507
Contact: Michael Chen, (951) 830-6017
City of Laguna Hills
24035 El Toro Rd
Laguna Hills, CA 92653
Contact: Kenneth Rosenfield, (949) 707-2650
County of Riverside Transportation
3525 14" St
Riverside, CA 92501
Contact: Trai Nguyen, (951) 961-5363
2011/12 Overlay & Slurry Seal Program
ContractAmount: $5,995,000
Start: 8/2012
Completed: 5/2013
Seventh Avenue
Contract Amount: $2,077,000
Start: 9/2012
Completed: 12/2013
Route 74, Contract No. 08-OP9504
Contract Amount: $3,450,622
Start: 6/2012
Completed: 9/2013
Citywide Pavement Rehabilitation
Contract Amount: $1,778,169
Start 8/2012
Completed: 9/2013
Gilman Springs'Road
Contract Amount: $1,695,108
Start: 7/2013
Completed: 9/2013
r�cc frine�iGRK ���f iKteK�eKt
�951J�53-�f6 f5
Rick Selph has been with All American Asphalt with 32 years where he has
held a variety of different positions, most currently being a manager for over 20
years.
As a superintendent, Rick is in charge schedulingjobs, attending meetings,
consistently improvingjob quality and keeping accurate records of quantities
used on jobs to maintain meticulous invoicing.
All American Asphalt feels that Rick Selph is the best superintendent for this
job because of his extensive knowledge of Orange County.
References:
Reza Jafari City of Irvine 949-724-7545
Tom Banks City of Costa Mesa 714-925-7424
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
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.
declare under penalty of perjury of the laws of the State of California t at the foregoing is true and correct.
All American Asphalt r.���Mce President
Bidder Au horized ignature/Title
Edward J. Carlson
Subscribed and sworn to (or affirmed) before me on this day of , 2017
by , proved to me on the basis of satisfactory evidence
to be the person(s) who appeared before me.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
**See Attached California Jurat*"
[SEAL]
14
Notary Public
My Commission Expires:
CALIFORNIA JURAT
GOV CODE § 8202
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Riverside
REBECCA ANGELA PARRA
Notary Public-califomla
- Mvenlde County
Commissions2192458
My Comm. Expires May 17,1021
Subscribed and sworn to (or affirmed) before
me on this gin day of November. 2017,
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 (.) (,)
0
be the P9PBOR Who appeaFed ef@Feme.)
Signature Z-,
Place Notary Beal Above Signature of Notty 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: None Number of Pages: 1
Signer(s) Other Than Named Above: None
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
DESIGNATION OF SURETIES
Bidder's name All American Asphalt
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance/bond type):
Fidelity and Deposit Company of Maryland (Surety)
777 S Figueroa Street Los Angeles CA 90017 (213) 270-0600
u 11 .m • .. • •1 • 1
.• • :•.• 1- • • 1 •.•
Edgewood Partners Insurance Center (insurance)
MEMO .1• 11• - C • - ••� •1 • • �� .�.
15
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name All American Asphalt
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2016
2015
2014
2013
2012
Total
2017
No, of contracts
1036
1056
931
841
898
837
5,599
Total dollar
Amount of
Contracts (in
Thousands of $251,021
265 066
259,423
264,017
258,289
256,835
1,554,651
No. of fatalities
0
0
0
0
0
2
2
No. of lost
Workday Cases
0
18
16
15
17
9
75
No. of lost
workday cases
involving
permanent
transfer to
another job or
termination of
employment 1
0
8 1
3 1
5
1
1 1
1 18
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
ALL AMERMANASPHALT
INFORMATION
On July 22, 2012, All American Asphalt employees were replacing concrete
panels on the 405 freeway in Torrance. Around 3:35am two drunk drivers
entered our work zone and fatality wounded thvo of our employees, We were
informed both drivers tested positive for alcohol beyond the legal limit. The CHP
advised on television that our work zone was well lit and that our traffic control
was set in place according to plan.
Cal OSHA is investigating and has up to six months to complete their
investigation.
Please let me know if you have any questions. You may call me at 909-815-
8404 or e-mail me at brgeaselRdmsn.com if you have any questions_
Sincerely,
Bryan Pease
Consultant
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: A c_i?
Title Vice President
The above information was compiled from the records that are available to me at this time
and I declare under penalty of perjury that the information is true and accurate within the
limitations of those records.
Signature of
bidder /-•�
Date
Title Edward J. Carlson, Vice President
Signature of
bidder
Date
Title Michael Farkas. Secretary_
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnershiprjoint 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, partnersfioint 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.
rNOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
17
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1188
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 11/09/2017 before me, Rebecca Anizela Parra, Notary Public
Dale Hese Insert name a Tfle of Um Dffcer
personally appeared Edward J. Carlson and Michael Farkas
Name(s) of Slgnsns)
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 ttekAetthey executed the same in
hialherAheir authorized capacity(ies), and that by 4Wherltheir
signature(s) on the instrument the person(s), or the entity upon behalf
,M
REBECCA ANGE4A PARRA of which the person(s) acted, executed the instrument.
Notary Public —California
"- Rimsidecounty I certify under PENALTY OF PERJURY under the laws of the State of
Commission M 7191458 California that the forgoing h is true and correct.
MY Comm. Expires May 17,2021 9 9Paro paragraph P
WITNESS m han d Gal seal
Signature y i� �qfr �
Place Nota Seel Above Signa—tura�of t i dry ubl c T
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 Contractor's Industrial Safety Record
Document Date: 11/09/2017 Number of Pages: Tbree (3)
Signer(s) Other Than Named Above: None
Capacity(les) Claimed by Signer(s)
Signer's Name: Edward J. Carlson Signer's Name: Michael Farkas
❑ Individual a Individual
X Corporate Officer—Title(e): VicePresident. X Corporate Officer—Title(s): Secretary
o Partner p ❑ Limited o General u Partner Ll o Limited o General
❑ Attorney in Fact ❑ Attorney in Fact
u Trustee To, of ih,mn wre TOP m khoml
❑ Trustee
❑ Other: ❑ Other:
Signer is Representing:
Signer Is Representing:
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
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 Si n
M
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
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: All American Asphalt
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 A. C-12
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 01/19/71 Expiration Date: 01/31/2018
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:
Jerry LeBouef, Project Manager/Estimator
The following are the names, titles, addresses, and phone numbers of all individuals, firm
members, partners, joint ventures, and company or corporate officers having a principal
interest in this proposal:
Name Title Address Telephone
Mark Luer. President 400 E. Sixth Street, Corona CA 92879 (951) 736-7600
Edward J. Carlson, Vice President 400 E. Sixth Street, Corona CA 92879 (951) 736-7600
Michael Farkas Secretary 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:
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.
Have you ever failed to complete a project? If so, explain.
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor com liance (Le. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes ! No
20
Are any claims or actions unresolved or outstanding? Yes No
If yes to any of the above, explain. (Attach additional sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
All American Asphalt _
Bidder
Mark Luer
(Print name of Owner or President
of Corporation/Company)
Author ed Sig turefritle
\� hill
Date
'*See Attached California Acknowledgement"
On before me, Notary Public, personally appeared
who proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that
by his/her/their signature(s) on the instrument the person(s), orthe entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
(SEAL)
Notary Public in and for said State
My Commission Expires:
21
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 11/9/2017 before me, Rebecca Angela Parra, Notary Public
Dale Here Insert nem.. W TRI. of ft once,
personally appeared Edward J. Carlson
Nem.(.) of aper(s)
who proved to me on the basis of satisfactory evidence to be the
person(6) whose name(&) is/afe subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/hedtl e& authorized capacity(tes), and that by his/hecNhe r
signature(s) on the instrument the person(&), or the entity upon behalf
REBECCA ANGELA PgaBp
R.-My
NotaryPuMof which the person(&) acted, executed the instrument.
Riverside County
Commission/2192458 1 certify under PENALTY OF PERJURY under the laws of the State of
comm. ExplresMay 17,2021 California that the forgoing paragraph is true and correct.
WITNESS my han ffiDial seal.
Signature ,
Place Notary Seal Above Slgnalure or No ryPubrlo
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 of Bidder
Document Date: 11/09/2017 Number of Pages: Three (3)
Signer(&) Other Than Named Above: None
Capacity(!") Claimed by Signer(s)
Signer's Name: Edward J. Carlson Signers Name:
o Individual u Individual
X Corporate Officer —Ttle(s): Vice President o Corporate Officer—Title(s):
u Partner ❑ o Limited o General u Partner Li o Limited o General
o Attorney in Fad u Attorney in Fact
o Trustee ToP ar mumb Here Top of Nirnb Mre
a Trustee
o Other: u Other:
Signer is Representing:
Signer is Representing:
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
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 Bests 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
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
CONTRACT NO. 7185-1
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 24th day
of November, 2017 ("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: (1) distributing
construction notices to affected businesses and residents; (2) establishing traffic
control for construction; (3) grinding existing pavement, reconstructing and
overlaying roadway; (4) removing and reconstructing curb and Portland cement
concrete ("PCC") maintenance strip; (5) adjusting utilities to grades; (6) installing
traffic striping, pavement markings, and raised pavement markers; (7) coordinating
with outside utility owners to have their utility facilities raised to grade; and (8) other
incidental items to be completed in work place required by the Plans and
Specifications (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. 7185-1, 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 Four Hundred Ninety Seven Thousand Four Hundred
Ninety Seven Dollars and 00/100 ($497,497.00).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 Any expense incurred as a result of any suspension or
discontinuance of the Work, but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and
which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times during
the term of the Contract. Contractor has designated Rick Selph to be its Project Manager.
Contractor shall not remove or reassign the Project Manager without the prior written
consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public Works
Director, or designee, shall be the Project Administrator and shall have the authority to
act for City under this Contract. The Project Administrator or designee shall represent
City in all matters pertaining to the Work to be rendered pursuant to this Contract.
All American Asphalt Page 2
6. NOTICE OF CLAIMS
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.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing, and
conclusively shall be deemed served when delivered personally, or on the third business
day after the deposit thereof in the United States mail, postage prepaid, first-class mail,
addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attention: Public Works Director
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
7.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attention: Michael Farkas
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
All American Asphalt Page 3
Work, provided that Contractor is in compliance with the terms of this Contract. Anything
in this Contract that may appear to give City the right to direct Contractor as to the details
of the performance or to exercise a measure of control over Contractor shall mean only
that Contractor shall follow the desires of City with respect to the results of the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract both of the following: (1) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
this Contract in the form attached as Exhibit B and incorporated herein by reference; and
(2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%)
of the total amount to be paid Contractor as set forth in this Contract and in the form
attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the
State of California.
10. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
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.
All American Asphalt Page 4
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any of
the issued and outstanding capital stock of Contractor, or of the interest of any general
partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or
joint -venture or syndicate or co -tenancy, which shall result in changing the control of
Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five
percent (25%) or more of the assets of the corporation, partnership or joint -venture.
14. PREVAILING WAGES
In accordance with the California Labor Code (Sections 1770 et seq.), the Director
of Industrial Relations has ascertained the general prevailing rate of per diem wages in
the locality in which the work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the contract. A copy of said determination is
available by calling the prevailing wage hotline number (415) 703-4774, and requesting
one from the Department of Industrial Relations. All parties to the contract shall be
governed by all provisions of the California Labor Code — including, but not limited to, the
requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the
prevailing wage rates shall be posted by the Contractor at the job site.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractor's Proposal and are attached as part of the Contract
Documents. Contractor shall be fully responsible to City for all acts and omissions of any
subcontractors. Nothing in this Contract shall create any contractual relationship between
City and subcontractor, nor shall it create any obligation on the part of City to pay or to
see to the payment of any monies due to any such subcontractor other than as otherwise
required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
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 and/or Services by Contractor, or its subcontractors, or its workers, or anyone
employed by either of them.
All American Asphalt Page 5
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 and/or
Services, or the Work of any subcontractor or supplier selected by Contractor.
16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its elected or appointed officers, agents, officials, employees, and
volunteers (collectively, the "Indemnified Parties") from and against any and all claims
(including, without limitation, claims for bodily injury, death or damage to property),
demands, obligations, damages, actions, causes of action, suits, losses, judgments,
fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys'
fees, disbursements and court costs) of every kind and nature whatsoever (individually,
a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or
indirectly) to any breach of the terms and conditions of this Contract, any Work performed
or Services provided under this Contract including, without limitation, defects in
workmanship or materials or Contractor's presence or activities conducted on the Project
(including the negligent, reckless, and/or willful acts, errors and/or omissions of
Contractor, its principals, officers, agents, employees, vendors, suppliers,
subconsultants, subcontractors, anyone employed directly or indirectly by any of them or
for whose acts they may be liable for any or all of them).
16.4 Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the sole
negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall
be construed as authorizing any award of attorneys' fees in any action on or to enforce
the terms of this Contract. This indemnity shall apply to all claims and liability regardless
of whether any insurance policies are applicable. The policy limits do not act as a
limitation upon the amount of indemnification to be provided by Contractor.
16.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original condition
and former usefulness as soon as possible, and to protect public and private property.
Contractor shall be liable for any private or public property damaged during the
performance of the Project Work.
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.
All American Asphalt Page 6
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"), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Contract, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
18.2 If subject to the Act, Contractor shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate termination
of this Contract by City. Contractor shall indemnify and hold harmless City for any and all
claims for damages resulting from Contractor's violation of this Section.
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the provisions
of this Contract at the time and in the manner required, that party shall be deemed in
default in the performance of this Contract. If such default is not cured within a period of
two (2) calendar days, or if more than two (2) calendar days are reasonably required to
cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
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.
All American Asphalt Page 7
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of the Contract or any other rule of construction which
might otherwise apply.
20.6 Amendments. This Contract may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City
Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall govern
this Contract and all matters relating to it and any action brought relating to this Contract
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
20.10 No Attorney's Fees. In the event of any dispute or legal action arising under
this contract, the prevailing party shall not be entitled to attorneys' fees.
All American Asphalt Page 8
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 AT' %IIEr,S OFFICE
Date: L 1'7
EM
Aaron C. Harp
City Attorney
ATTEST:
Date:
By: 0
Leilani I. Brown
City Clerk
Attachments: Exhibit A
Exhibit B
Exhibit C
CITY OF NEWPORT
a California.r�xunLc.
Date: I • /l., K
Kevin Mu
Mayor ,
CONTRACTOR: All American Asphalt,
Inc., a California corporation
Date:
Signed in Counterpart
By:
Mark Albert Luer
Chief Executive Officer
Date:
Signed in Counterpart
By:
Michael Farkas
Secretary
[END OF SIGNATURES]
Labor and Materials Payment Bond
Faithful Performance Bond
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 A1S,11EyTO FORM:
Date: CIY AT �0{/M'. 7, OFFICE
By: C i " ;--
Aaron C. Harp
City Attorney
ATTEST:
Date:
M
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Kevin Muldoon
Mayor .
CONTRACTOR: All American Asphalt,
Inc., a Califo niaorporation
Date: 20//
Mark Albert Luer
Chief Executive Officer
Date: I'ZLu/) l
By: _
Michael Farkas
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
I American Asphalt Page 10
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
MINEENEENEENNEEM
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 validitv of that document.
State of California
County of Riverside
on 12/20/2017 before me, Rebecca Angela Parra, 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) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/he4their authorized capacity(ies), and that by hislher/their
REBECCAANGELA PARR. signature(s) on the instrument the person(s), or the entity upon behalf
Notary Public _California of which the person(s) acted, executed the instrument.
Riverside County
Commission #2192458 1 certify under PENALTY OF PERJURY under the laws of the State of
My Comm. Expires May 17,2021 California that the forgoing paragraph is true and correct.
WITNESS my hand Nfcial seal.
Signature
Place Notary Seel Above —� Signature or tary 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 Contract
Document Date: 11/24/2017 Number of Pages: Ten 10
Signer(s) Other Than Named Above: City of Newport Beach
Capacity(!") Claimed by Signer(G)
Signer's Name: Mark Luer
o Individual
X Corporate Officer—Title(s): President
o Partner 11 o Limited o General
o Attorney in Fact
a Trustee
o Other:
Signer is Representing:
Signer's Name: Michael Farkas
a Individual
X Corporate Officer—Title(s): Secretary
o Partner ❑ o Limited o General
o Attorney in Fact
TaP o! Ihuml
o Trustee
o Other:
is Representing:
Premium is included in the performance bond
Executed in: 2 Counterparts
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 7655248
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consists of: (1) distributing construction
notices to affected businesses and residents; (2) establishing traffic control for
construction; (3) grinding existing pavement, reconstructing and overlaying roadway; (4)
removing and reconstructing curb and Portland cement concrete ("PCC") maintenance
strip; (5) adjusting utilities to grades; (6) installing traffic striping, pavement markings, and
raised pavement markers; (7) coordinating with outside utility owners to have their utility
facilities raised to grade; and (S) other incidental items to be completed in work place
required by the Plans and Specifications (the "Project" or "Work") 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 Four
Hundred Ninety Seven Thousand Four Hundred Ninety Seven Dollars and 001100
($497,497.00) lawful money of the United States of America, said sum being equal to
100% of the estimated amount payable by the City of Newport Beach under the terms of
the Contract; for which payment well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by
these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
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
All American Asphalt, Inc. Page A-1
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 12th day of December , 2017 .
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 ATT O N�Y'S OFFICE
Date: 11
By:
J4,0,4�,C�— —
Aaron C. Harp
City Attorney
William Syrkin, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
All American Asphalt, Inc. Page A-2
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, **Please See Attached**
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 )33.
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, Inc. Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE g 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. accuraev, or validitv of that document.
State of California
County of Riverside
On 12/20/2017 before me, Rebecca Angela Parra, Notary Public
Dale 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/she/they executed the same in
his/4e4/their authorized capacity(ies), and that by his/her/i#&
REBECCAANGELA PgRRq signature(s) on the instrument the person(s), or the entity upon behalf
<yANotaryPuhlic-California of which the person(s) acted, executed the instrument.
•^' Riverside County
Commission MZ191458 1 certify under PENALTY OF PERJURY under the laws of the State of
My Comm. Expires May 77,2021 California that the forgoing paragraph is true and correct.
WITNESS my ha official seal.
Signature � r_
11,1112,e4
Place Notary Seal Above Signature o lotary 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 Payment Bond No. 7655248
Document Date: 12/12/2017 Number of Pages: Three (3)
Signer(r) Other Than Named Above: Fidelity and Deposit Company of Maryland
Capacity(les) Claimed by Signer(s)
Signer's Name: Mark Luer Signets Name:
o Individual o Individual
XCorporate Officer —Title(s): President oCorporate Officer —Title(s):
o Partner C o Limited o General o Partner ❑ o Limited o General
• Attorney in Fact ❑ Attorney in Fact
o Trustee Top of thumb here ❑ Trustee Tey enhemb Here
❑ Other: o Other:
Signer is Representing:
Signer is Representing:
CALIFORNIAALL-PURPOSE• tt ••
E § 11112
s.✓. var{e<.a ...<.. s ara.,.. ave . <.:�<.- iT<s�<s...s.•
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 12/12/2017 before me, R. Paramo, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared William Syrkin
Name(*of SignerN
who proved to me on the basis of satisfactory evidence to be the persons} whose name(!* is/am
subscribed to the within instrument and acknowledged to me that he/siwdwy executed the same in
his/hst/thelr authorized capacity(iX, and that by his/her/their signature4on the instrument the person(*
or the entity upon behalf of which the persons) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of is that the foregoing paragraph
s true rect.
ITN SS my hand d officials al.
If loon R. PARAMO Notary Publlc-California lSl�r��
Orange County
Commission A 2204277 Signature of Notary
My Comm. Expires Aug 5.2021
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. 7655248 Document Date: 12/12/2017
Number of Pages: Three 3 Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: William Sorkin
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual Cd Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company or Maryland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
a • \• • • • •
06 1 a
00,010011 IN
.a
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 10th 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 12th day of December 1 2017
'�Q OVOJpr
G W 'a o
v
Michael C. Fay, 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
PRF7655248
Bond Number
City of Newport Beach
Obligee
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
Michael P. Bond, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint William Syrkin 'its true and lawful
agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds
and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the
ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of December , A,D, 2017
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Michael P, Bond
Vice President
(
cr-/�(uol, 4 �4kx)�--
By: Dawn E. Brown
Secretary
Stale of Maryland
County of Baltimore
evor,
ss�� Lla iw ' 11LAG
On this 12th day of December AD. 2017 before the subscriber, a Notary Public of the State of
Maryland, duly commissioned and qualified, Michael P. Bond, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known
to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly
sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate
Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the
authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dunn, Notary Public
'�°i[i�i.i,.��;3'•�.`
My Commission Expires: July 9, 2019
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. 7655246
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 1,965.00 , 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, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consists of: (1) distributing construction
notices to affected businesses and residents; (2) establishing traffic control for
construction; (3) grinding existing pavement, reconstructing and overlaying roadway; (4)
removing and reconstructing curb and Portland cement concrete ("PCC") maintenance
strip; (5) adjusting utilities to grades; (6) installing traffic striping, pavement markings, and
raised pavement markers; (7) coordinating with outside utility owners to have their utility
facilities raised to grade; and (8) other incidental items to be completed in work place
required by the Plans and Specifications (the "Project" or "Work") 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 Four
Hundred Ninety Seven Thousand Four Hundred Ninety Seven Dollars and 001100
($497,497.00) lawful money of the United States of America, said sum being equal to
100% of the estimated amount of the Contract, to be paid to the City of Newport Beach,
its successors, and assigns; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
All American Asphalt, Inc. Page B-1
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, "Please See Attached"
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, Inc. Page B-3
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 12th day of December 2017 .
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 William Syrkin, Attorney -in -Fact _
Address of Surety Print Name and Title
(213)270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTQRNEY.' ' OFFICE
Date: II
By:
Aaron C. Harp
City Attorney
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
All American Asphalt, Inc. Page B-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
NEREMINMEEM
A notary public or other officer completing this certificate verities only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document.
State of California
County of Riverside
On 12/20/2017 before me, Rebecca Angela Parra, Notary Public ,
Date Here Insert name and Title or the Officer
personally appeared Mark Luer
Namee) of Signerts)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) Wolfe subscribed to the within instrument
and acknowledged to me that he/shekhey executed the same in
his/hegtheir authorized capacity(ies), and that by his/herkheir
REBECCA ANGELAsignature(s) on the instrument the person(s), or the entity upon behalf
PAggq
Notaryqublio-CalPARRa of which the person(s) acted, executed the instrument.
Riverside County
Commission# 2192458 1 certify under PENALTY OF PERJURY under the laws of the State of
My comm. Expires May 17,2027 California that the forgoing paragraph is true and correct.
WITNESS in l seal.
Signature r
Place Notary Seal Above Signature of Ndtary 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 Performance Bond No. 7655248
Document Date: 12/12/2017 Number of Pages: Three (3)
Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland
Capacity(!") Claimed by Signer(a)
Signer's Name: Mark Luer
❑ Individual
X Corporate Officer —Title(e): President
❑ Partner G n Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
Signer's Name:
❑ Individual
❑ Corporate Officer — Title(s): _
❑ Partner L7 o Limited o General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL
CODE
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 12112/2017 before me, R. Paramo, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared William Syrkin
Name(*of SignerN
who proved to me on the basis of satisfactory evidence to be the persons} whose name* is/are
subscribed to the within instrument and acknowledged to me that he/she/thw executed the same in
his/het/thsir authorized capacity(l*, and that by his/her/their signature4on the instrument the person(s),
or the entity upon behalf of which the person(sj acted, executed the instrument.
R.PARAMO
Notary Public -California
Orange County n
Commission # 2204277
My Comm. Expires Aug 5, 2021
I certify under PENALTY OF PERJURY under the laws
of the State of Et is that the foregoing paragraph
is true ect.
WIT ESS my_band d official sea.
Signature of Notary
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: Perfonnance Bond No. 7655248 Document Date: 12/12/2017
Number of Pages: Three(3) Signer(s) Other Than Named Above: All American Asphalt
Capacity(les) Claimed by Signer(s)
Signer's Name: William Sorkin
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual IRAttorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company orMaryland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
(4\ti - q4`✓. aGLV.G\'�GLV :CV�.� .• Milli t ✓6vA: vG\✓ yG' 4'V \VG\✓.
O 1 • • •G� • • • 1 • :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, 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 10th 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 12th day of December 2017
ao Door.^ _
A6
a ,,,, l for
6w
I,ve p c kr�
Michael C. Fay, 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.repotisfclaims@zurichna. orn
800-626-4577
PRF7655248
Bond Number
City of Newpon Beach
Obligee
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
Michael P. Bond, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint Wiliam SyRin its true and lawful
agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds
and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the
ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of December , A.D. 2017
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Michael P. Bond
Vice President
4 V'f,-W K__
By, Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 121h day of December A.D. 2017 before the subscriber, a Notary Public of the State of
Maryland, duly commissioned and qualified, Michael P. Bond, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known
to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly
sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate
Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the
authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dunn, Notary Public
f��-�,ix,`.ji`11
My Commission Expires: July 9, 2019
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
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, Inc. Page C-1
insured contract (including the tort liability of another assumed in a business
contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
4. _Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
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 Contractors 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
All American Asphalt, Inc. Page C-2
documents referenced in this Contract must be returned to City within ten
(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. City reserves the right to require complete, certified copies of all
required insurance policies, at anytime.
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
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
All American Asphalt, Inc. Page C-3
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, Inc. Page C-4
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received: 12/2 i /'17 Dept./Contact Received From: Raymund
Date Completed: 12/21/17 Sent to: Raymund By: Jan
Company/Person required to have certificate: _ _ All American Asphalt
Type of contract: Public Works
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 8/1/17 - 8/1/18
A.
INSURANCE COMPANY: Arch Specialty Insurance Company
B.
AM BEST RATING (A-: VII or greater): A+ / XV
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
❑ Yes N No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
$I W$2M/$2M
E.
ADDITIONAL INSURED ENDORSEMENT—please attach
N Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
include): Is it included? (completed Operations status does
N/A
F.
not apply to Waste Haulers or Recreation)
N Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
N N/A ❑ Yes ❑ No
G.
COMPLETED OPERATIONS ENDORSEMENT (completed
❑ N/A ❑ Yes N No
H.
Operations status does not apply to Waste Haulers)
N Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
N Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
N Yes ❑ No
J.
CAUTION! (Confirm that loss or liability of the named insured
is not limited solely by their negligence) Does endorsement
include "solely by negligence' wording?
❑ Yes N No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
N N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A N Yes ❑ No
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 8/1/17 - 8/1/18
A.
INSURANCE COMPANY: Zurich American Insurance Company
B.
AM BEST RATING (A-: VII or greater) A+/XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
N Yes ❑ No
D.
LIMITS - If Employees (Must be $1M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided?
$2,000,000
E
LIMITS Waiver of Auto Insurance / Proof of coverage (if individual)
(What is limits provided?)
N/A
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
N N/A ❑ Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ N/A ❑ Yes N No
H.
NOTICE OF CANCELLATION:
❑ N/A N Yes ❑ No
WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 8/1/17 - 8/1/18
A. INSURANCE COMPANY: Zurich American Insurance Compaq
B. AM BEST RATING (A-: VII or greater): A+/ XV
C. ADMITTED Company (Must be California Admitted):
D. WORKERS' COMPENSATION LIMIT: Statutory
E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater)
F. WAIVER OF SUBROGATION (To include): Is it included?
G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
H. NOTICE OF CANCELLATION:
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
V POLLUTION LIABILITY
f�1�11�U�:1;9:16`13
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO. WHICH ITEMS NEED TO BE COMPLETED?
Agent ofAlliant Insurance Services
Broker of record for the City of Newport Beach
12/21/17
Date
® Yes
❑ No
® Yes
❑ No
$1,000,000
M Yes
❑ No
M N/A ❑ Yes
❑ No
❑ N/A M Yes
❑ No
M N/A ❑ Yes ❑ No
M N/A ❑ Yes ❑ No
M N/A ❑ Yes ❑ No
[01 - ■
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
RM approval needed for non -admitted status of general liability carrier. 12/21/17 Risk Management approved
use of non -admitted carrier.
Approved:
Risk Management Date
* Subject to the terms of the contract.
Page 1 of 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
CONTRACT NO 7185-1
DATE: /I -?-/7 BY: _ 26wtj�
Deputj Public VVorks Director
TO: ALL PLANHOLDERS
The following changes, additions, deletions, or clarifications shall be made to the Contract
Documents — all other conditions shall remain the same.
A. SPECIAL PROVISIONS:
1. APPENDIX A: Add the attached EXHIBIT with 3 additional work location for cold -
milling and overlay.
B. PROPOSAL:
2. Bid Item #11 "Cold -mill Asphalt Concrete Pavement'
— Revise quantity to 83,000 SF
3. Bid Item #12 "Place Variable Thickness Leveling Course AC"
— Revise quantity to 520 TON
4. Bid Item #13 "Place 2 -in Thick Finish Course AU
— Revise quantity to 1,030 TON
5. Bid Item #16 "Remove and Replace with New Water Valve Cover to Grade"
— Revise quantity to 29 EA
The Bid Line Items on PlanetBids have been revised to reflect updated bid quantities.
i
Page 2 of 2
Bidders must sign this Addendum No. t and attach it to the bid proposal. Bid may
not be considered unless this signed Addendum No. 7 is attached.
I have carefully examined this Addendum and have
Included full payment In my Proposal.
All American Asphalt
Bidder's Name (Please Print)
Date
Autho ized Si ature & Title
Edward J. Carlson, Vice President
Attachment:
- EXHIBIT FOR ADDENDUM NO. 1
wqj wOyIS — [{/BO/LI fi.xp'wnpuappy ¢IIoGy yaUal RonV61H Isoo]�y Uygf Z—IppL_J laawavopay mory yafgg a6cIIP ppl j�yd(bM — W9�SLJYOtld lN]NyN BI—LI ] pap
.�{�slavgw � yg�Me�¢mvp\y
7 _
J W O Ur
> x U Z
IL O
CO
l w� = Z O
Z aw U cW
a d a Lu LLI
¢ a m
Z ~ a -
z ,•z� o W
Z a C)
Z W cl X U)
a� am Y
U F of U� w
o �mC)go Z O
QA C.D W W
oWZxw 0 U
J U J J
ZJ
U)C) m 00
w 0 o C o o U
F- =HUH F-
z zQUpU[Oq (�
�,.. JJQ Y KGF F
d K xZ OZZ
U5 o 0 7r 0 0
Z O 0. O U
�n W
II
N CC
• � G
Z
41 I � .1 O GLLNL.
Q r�
J J
I � Z
Q I,
I II Z �l
,p,r 11 r -h1 eCr� r�r. W Z
Of uiW/�11f';_ t ! •4p AJC! o Z
ujw ;Jl i II ,� ° W
��1
LL
B tf. I
-r Vl S• � i . l � ,j,r LU Q
e. ti O z
a
Z
1�.6
Lu
Q
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM
Contract No. 7185-1
PROPOSAL
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. 7185-1 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:
\ I Irl
Date
(951) 736-7600 / (951) 736-7600
Bidder's Telephone and Fax Numbers
267073 A, C-12
Bidder's License No(s).
and Classification(s)
All American Asphalt
Bidder
Bid erd s Auth rized Signature and Title
Edward J. Carlson, Vice President
400 E. Sixth Street, Corona CA 92879
Bidder's Address
Bidder's email address: publicworksaallamericanasphalt.com
PR -1
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM (C-7185-1), bidding on November 13. 2017 9:00 AM (Pacific)
Bid Results
$15,847.00
Bidder Details
Vendor Name
All American Asphalt
Address
PO Box 2229
1 $2.200.00
Corona. CA 92878
3 Traffic Control
United States
Respondee
Jerry LeBouef
Respondee Title
Project Manager/Estimator
Phone
951-736-7600 Ext. 204
Email
publicworks@allamericanasphalt.com
Vendor Type
CADIR
License #
Lump Sum
CADIR
1000001051
Bid Detail
Bid Format
Electronic
Submitted
November 13, 2017 8:39:05 AM (Pacific)
Delivery Method
Bid Responsive
Bid Status
Submitted
Confirmation #
123142
Ranking
0
Respondee Comment
Buyer Comment
Attachments
Page 1
Printed 01/02/2018
File Title File Name File Type
Proposal Proposal_Newport Beach Arterial Hwy Repair General Attachment
Program_0585.pdf
Bid Bond Bid Bond Newport Beach Arterial Highway Pavement Bid Bond
Repair Program _0583.pdf
Line Items
Type Item Code UOM Cry Unit Price Line Total Comment
Section 1
1 Mobilization
PlanetBids. Inc.
Lump Sum
1 $15,847.00
$15,847.00
2 Surveying Services
Lump Sum
1 $2.200.00
$2.200.00
3 Traffic Control
Lump Sum
1 $84.000.00
$84.000.00
4 Signing, Striping, Markings and Markers
Lump Sum
1 $13,000.00
$13,000.00
PlanetBids. Inc.
City of Newport Beach
Page 2
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM (C-7185-1), bidding
on November 13, 2017 9:00 AM
(Pacific) Printed 01102/2018
Bid Results
Type Item Code
UOM
City
Unit Price
Line Total Comment
5 Remove and Reconstruct Concrete Median Curb
Linear Ft.
200
$35.00
$7,000.00
6 Remove and Reconstruct Concrete Maintenance Strip
Linear Ft.
200
$60.00
$12.000.00
7 Regrade and Repair Landscape to Match Existing
Lump Sum
1
$7,350.00
$7,350.00
8 Prune Tree Root
Each
10
$350.00
$3,500.00
9 Install Root Barrier
Linear Ft.
300
$25.00
$7.500.00
10 Construct Isolated AC Pavement Digouts (8" Full Depth AC)
Ton
450
$130.00
$58,500.00
11 Cold Mill Asphalt Concrete Pavement
Square Ft.
83000
$0.85
$70,550.00
12 Place Variable Thickness Leveling Course AC
Ton
520
$109.00
$56.680.00
13 Place 2 -in Thick Finish Course AC
Ton
1030
$109.00
$112,270.00
14 Remove and Replace New IRWD Water Valve Box
& Cover
Each
3
$900.00
$2.700.00
15 Adjust IRWD Manhole Frame and Cover to Grade
Each
4
$1.300.00
$5,200.00
16 Remove and Replace with New Valve Cover to Grade
Each
29
$900.00
$26,100.00
17 Adjust Manhole Frame and Cover to Grade
Each
8
$950.00
$7.600.00
18 Replace Traffic Signal Detector Loops
Each
7
$500.00
$3,500.00
19 Provide As -Built Drawings
Lump Sum
1
$2,000.00
$2.000.00
Subtotal
$497,497.00
Total
$497,497.00
Subcontractors
Name & Address Description
License
Num
CADIR
Amount Type
Superior Pavement Markings Striping & Markings
776306
1000001476
$9.285.00
5312 Cypress Street
Cypress, CA 90630
PlanetBids,
Inc.
United States
City of Newport Beach
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM (C-7185-1), bidding on November 13. 2017 9:00 AM (Pacific)
Bid Results
Name & Address
Kato Landscape, Inc.
18182 Bushard Street
Fountain Valley, CA 92708
United States
Description License Num
Landscape & Irrigation 806122
PlanetBids, Inc.
CADIR
1000000086
Page 3
Printed 01/02/2018
Amount Type
$9,850.00
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM 18R03
CONTRACT NO. C-7185-1
PART I - GENERAL PROVISIONS
1
SECTION 1 -TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1
1-2 TERMS AND DEFINITIONS 1
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
2-6 WORK TO BE DONE
2-9 SURVEYING
2-9.1 Permanent Survey Markers
2-9.2 Survey Service
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.3 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
5-2 PROTECTION
5-4 RELOCATION
1
1
2
2
2
2
2
2
3
3
3
3
3
3
3
3
4
4
4
4
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4
6-1.1 Construction Schedule 5
6-7 TIME OF COMPLETION 5
6-7.1 General 5
6-7.2 Working Days 6
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6
6-9 LIQUIDATED DAMAGES 7
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7
7-1.2 Temporary Utility Services 7
7-2 LABOR 7
7-2.2 Laws
7
7-7 COOPERATION AND COLLATERAL WORK
7
7-8 WORK SITE MAINTENANCE
8
7-8.4 Storage of Equipment and Materials
8
7-8.4.2 Storage in Public Streets
8
7-8.6 Water Pollution Control
8
7-8.6.2 Best Management Practices (BMPs)
8
7-10 PUBLIC CONVENIENCE AND SAFETY
9
7-10.1 Traffic and Access
9
7-10.3 Street Closures, Detours and Barricades
10
7-10.4 Safety
10
7-10.4.1 Safety Orders
10
SECTION 9 - MEASUREMENT AND PAYMENT
11
9-3 PAYMENT
11
9-3.1 General
11
9-3.2 Partial and Final Payment.
14
PART 2 - CONSTRUCTION MATERIALS
14
SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS
14
201-1 PORTLAND CEMENT CONCRETE
14
201-1.1 Requirements
14
201-1.1.2 Concrete Specified by Class and Alternate Class
14
201-2 REINFORCEMENT FOR CONCRETE
14
201-2.2 Steel Reinforcement
14
201-2.2.1 Reinforcing Steel
14
SECTION 210 — PAINT AND PROTECTIVE COATINGS
15
210-1 PAINT
15
210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking
15
SECTION 212 — LANDSCAPE AND IRRIGATION MATERIALS
15
212-1 LANDSCAPE MATERIALS
15
SECTION 214 - PAVEMENT MARKERS
15
214-1 GENERAL
15
214-4 NONREFLECTIVE PAVEMENT MARKERS
15
214-5 REFLECTIVE PAVEMENT MARKERS
15
SECTION 215 - TRAFFIC SIGNS
1S
PART 3 - CONSTRUCTION METHODS
16
SECTION 300 - EARTHWORK
16
300-1 CLEARING AND GRUBBING
16
300-1.3 Removal and Disposal of Materials
16
300-1.3.1 General
16
300-1.3.2 Requirements
16
SECTION 302 - ROADWAY SURFACING
17
302-5 ASPHALT CONCRETE PAVEMENT
17
302-5.1 General
17
302-5.8 Manholes (and other structures)
17
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
17
302-6.7 Traffic and Use Provisions
17
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
17
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND
DRIVEWAYS
17
303-5.1 Requirements
17
303-5.1.1 General
17
303-5.5 Finishing
18
303-5.5.2 Curb
18
303-5.5.4 Gutter
18
303-7 COLORED CONCRETE
18
303-7.1 General
18
SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS
18
307-17 TRAFFIC SIGNAL CONSTRUCTION
18
307-17.7 Vehicle Detectors
18
307-17.7.3 Inductive Loop Detectors
18
SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION
19
308-1 General
19
SECTION 310 - PAINTING
20
310-5 PAINTING VARIOUS SURFACES
20
310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
20
310-5.6.6 Preparation of Existing Surfaces
20
310-5.6.7 Layout, Alignment, and Spotting
20
310-5.6.8 Application of Paint
20
SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL
21
312-1 PLACEMENT
21
SECTION 313 - TRAFFIC SIGN INSTALLATION
21
PART 4
21
SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
21
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
21
400-2 UNTREATED BASE MATERIALS
21
400-2.1 General
21
400-2.1.1 Requirements
21
400-4 ASPHALT CONCRETE
22
400-4.1 General
22
ATTACHMENT A LOOP DECTECTORS
APPENDIX A LOCATION MAP / LAYOUT PLANS
APPENDIX B DFW WATER METER BOX
CITY OF NEWPORT BEACH FRANK s`
PUBLIC WORKS DEPARTMENT TW+N TR4N "-
I�
No. 2 5
SPECIAL PROVISIONS x
ARTERIAL HIGHWAY PAVEMENT REPAIR PROGRAM 18R03
CONTRACT NO. C-7185-1
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) Location Map / Layout Plans (Drawing No. R -6083-S in
Appendix A); (3) the City's Design Criteria, Standard Special Provisions and Standard
Drawings for Public Works Construction, (2004 Edition), including Supplements; (4)
Standard Specifications for Public Works Construction (2009 Edition) including
supplements. The City's Design Criteria, Standard Special Provisions and Standard
Drawings for Public Works Construction are available at the following website:
http://www. newportbeachca.gov/government/departments/public-works/resources
Copies of the Standard Specifications for Public Works Construction may be purchased
from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-
0970.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated hereinafter:
PART 1 - GENERAL PROVISIONS
1-2 TERMS AND DEFINITIONS
Add the following definition:
City — City of Newport Beach
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
At the time of the award and until completion of work, the Contractor shall possess a
Contractor "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.
Page 1 of 22
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 (1) distributing
construction notices to affected businesses and residents; (2) establishing traffic control
for construction; (3) grinding existing pavement and reconstructing and overlaying
roadway; (4) removing and reconstructing curb and PCC maintenance strip; (5) adjusting
utilities to grades; (6) installing traffic striping, pavement markings, and raised pavement
markers; (7) coordinating with outside utility owners to have their utility facilities raised to
grade and (8) other incidental items to be completed in work place required by the Plans
and Specifications.
2-9 SURVEYING
2-9.1 Permanent Survey Markers
Delete this section and replace with the following: The Contractor shall, prior to the
beginning of work, inspect the project for existing survey monuments and then schedule
a meeting with the Engineer to walk the project to review the 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 per the bid item. The Contractor's Licensed Surveyor shall file the required
Record of Survey or Corner Records with the County of Orange 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. In addition, the filing of a Corner Record and/or a Record of Survey with
the County Surveyor's Office is required after the completion of Work. Prior to any
demolition work, the Contractor shall prepare and submit the Corner Records for review
by the City a minimum of three (3) working days before the anticipated Work.
Page 2 of 22
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.3 Markup
Delete this section and replace with the following:
(a) Work by Contractor. The following percentages shall be added to the Contractor's
costs (prior to any markups) and shall constitute the markup for all overhead and profit:
1) Labor ............................................ 15
2) Materials ....................................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
(b) Work by Subcontractor. When all or any part of the extra work is performed by a
Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied by the
Subcontractor to the actual costs (prior to any markups) and shall constitute the markup
for all overhead and profit. An additional markup of five (5) percent of the subcontracted
actual cost (prior to any markups) may be added by the Contractor.
To the sum of the costs and markups provided for in this subsection, one (1) percent may
be added for compensation for bonding.
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.1 General
All material and articles furnished by the Contractor shall be subject to rigid inspection,
and no material or article shall be used until it has been inspected and accepted by the
Engineer. The Contractor shall furnish the Engineer with full information as to the
progress of the work in its various parts and shall give the Engineer timely (48 -hours
minimum) notice of the Contractor's readiness for inspection. Submittals are required for
all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner in
which the Contractor executed the work, such tests and inspections shall be paid for by
the Contractor.
Page 3 of 22
SECTION 5 - UTILITIES
5-1 LOCATION
Add the following after the 31d paragraph
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 sand blasting is not allowed.
Any surface damaged by the removal effort shall be repaired to its pre -construction
condition or better at the contractor's expense.
5-2 PROTECTION
In the event that an existing pull box, meter box or any other utility box is damaged by the
Work and is not re -useable, the Contractor shall provide and install a new replacement
pull box, meter box or any other utility box of identical type and size at no additional cost
to the City.
5-4 RELOCATION
All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes
and survey monument boxes (collectively known as "utility boxes") which are affected by
the Work shall be replaced to finish grade with new utility boxes. During asphalt paving
operation, manholes within paving area shall be temporarily lowered and covered. Upon
completion of paving operation, manholes shall be permanently adjusted to finish grade.
The Contractor will be required to contact Southern California Edison, The Gas Company,
cable television companies, telecommunication companies and any other utility
companies to have their existing utilities adjusted to finish grade. The Contractor shall
coordinate with each utility company for the adjustment of their facilities in advance of
work to avoid potential delays to the project schedule. The Contractor shall provide the
necessary survey control for all utility companies to adjust boxes and vaults to the final
grade. The Contractor will be required to coordinate with these companies for inspection
of the work.
SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Page 4 of 22
6-1.1 Construction Schedule
No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting
has been conducted, and a schedule of work has been approved by the Engineer. The
Contractor shall submit a baseline schedule to the Engineer for approval a minimum of
five working days prior to the pre -construction meeting.
The Engineer will review the baseline schedule and may require the Contractor to modify
the schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved baseline schedule, the Contractor shall be prohibited from starting additional
work until Contractor has exerted extra effort to meet the baseline schedule and has
demonstrated the ability to maintain the schedule in the future. Such stoppages of work
shall in no way relieve the Contractor from the overall time of completion requirement, nor
shall it be construed as the basis for payment of extra work because additional personnel
and equipment were required on the job.
Contractor shall update the schedule periodically or as directed by the Engineer to reflect
any delay or extension of time. In additional, Contractor shall prepare 2 -week look -ahead
schedules on a bi-weekly basis with detailed daily activities.
6-7 TIME OF COMPLETION
6-7.1 General
The Contractor shall complete all work under the Contract within 30 consecutive working
days after the date on the Notice to Proceed. The Contractor shall ensure the availability
and delivery of all material prior to the start of work. Unavailability of material will not be
sufficient reason to grant the Contractor an extension of time .
Normal working hours are limited to 8:30 a.m. to 4:00 p.m., Monday through Friday.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours prescribed
above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:00 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working
outside the normal working hours must be made at least 72 hours in advance of the
desired time period. A separate request must be made for each work shift. The Engineer
reserves the right to deny any or all such requests. Additionally, the Contractor shall pay
for supplemental inspection costs of $146 per hour when such time periods are approved.
Night work will be required for work for the following locations:
1. Newport Coast Drive at SR 73 location (#11),
2. Newport Coast Drive Locations #1 - #3,
3. MacArthur Boulevard (Locations #24 & #25).
Page 5 of 22
In order to minimize disruption to the community, the following requirements shall apply:
A. Contractor shall schedule work such that all cold milled surfaces are overlaid
the same night.
B. Night work hours shall be considered to be from 8:30 p.m. to 5:00 a.m.,
Sunday night through Friday morning. No work is allowed Friday or Saturday
nights.
C. The Engineer must approve all requests for night work.
D. The Contractor shall notify the Engineer two weeks prior to the start of any
requested night work.
6-7.2 Working Days
Designated City holidays are defined as:
1. January 15t (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 41h (Independence Day)
6. First Monday in September (Labor Day)
7. November 11th (Veterans Day)
8. Fourth Thursday and Friday in November (Thanksgiving and Friday after)
9. December 24th, (Christmas Eve)
10. December 25th (Christmas)
11. December 26th thru 301h (City Office Closure)
12. December 31 s' (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.
6-8 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.
Page 6 of 22
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 $1,000.
Execution of the Contract shall constitute agreement by the City and Contractor that the
above liquidated damages per calendar day is the minimum value of the costs and actual
damage caused by the failure of the Contractor to complete the Work within the allotted
time.
The intent of this section is to emphasize to the Contractor the importance of prosecuting
the work in an orderly preplanned continuous sequence so as to minimize inconvenience
to residences, businesses, vehicular and pedestrian traffic, and the public as a result of
construction operations.
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
7-1.2 Temporary Utility Services
If the Contractor elects to use City water, Contractor shall arrange for a meter and tender
a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit
will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for
water usage and any repair charges for damage to the meter.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, 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 Laws
In accordance with California Labor Code Section 1720.9, hauling and delivery of ready -
mixed concrete for public works contracts are subject to prevailing wages.
7-7 COOPERATION AND COLLATERAL WORK
City forces will perform all shut downs of water, sewer and storm drain facilities as
required. The Contractor shall provide the City advanced notice a minimum of seven
calendar days prior to the time contractor desires the shutdown these City facilities.
Page 7 of 22
A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00
p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will
be allowed. The Contractor will be responsible for completing all water connections within
the time period allowed. The times and dates of any utility to be shut down must be
coordinated with the Engineer. It is the Contractor's responsibility to notify the affected
businesses and residents of the upcoming water shutdown with a form provided by the
Engineer at least 48 hours in advance of the water shut down.
7-8 WORK SITE MAINTENANCE
7-8.4 Storage of Equipment and Materials
7-8.4.2 Storage in Public Streets
Construction materials and equipment may only be stored in streets, roads, or sidewalk
areas if approved by the Engineer in advance. It is the Contractor's responsibility to
obtain an area for the storage of equipment and materials. The Contractor shall obtain
the Engineer's approval of a site for storage of equipment and materials prior to arranging
for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall
take photos of the laydown area. The Contractor shall restore the laydown area to its pre -
construction condition. The Engineer may require new base and pavement if the
pavement condition has been compromised during construction.
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.
Page 8 of 22
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.1 Traffic and Access
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.
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 furnish
and install signage, barricades, delineators, yellow safety ribbons, up to four (4)
changeable message boards (CMBs), 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 CMBs shall be updated by the Contractor as
directed by the Engineer.
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.
Ten (10) working days prior to starting work, the Contractor shall distribute construction
notices to residents within 500 feet of the project, describing the project and indicating the
limits of construction. The City will provide the notices.
Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to
the residents a second written notice prepared by the City clearly indicating specific dates
in the space provided on the notices when construction operations will start for each block
or street. An interruption of work at any location in excess of 14 calendar days shall
require re -notification. The Contractor shall insert the applicable dates and times at the
time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re -notification using an explanatory
letter furnished by the City.
Page 9 of 22
7-10.3 Street Closures, Detours and Barricades
The Contractor shall submit to the Engineer, at least five working days prior to the pre -
construction meeting, a traffic control plan showing typical closures and detour plan(s).
The Contractor shall be responsible for processing and obtaining approval of a traffic
control plans from the City's Traffic Engineer. The Contractor shall adhere to the
conditions of the traffic control plan. Typical closures shall conform to the provisions of
the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic
control and detours shall incorporate the following items:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a minimum
of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and/or lighted.
4. At a minimum, the Contractor shall maintain one lane of traffic in each direction
at all times when completing the work.
5. 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.
6. Sidewalk closures in residential areas, or as determined by the City, shall be
set with barricades and SIDEWALK CLOSED signs on barricades at the
closure.
7. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE
CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs
mounted on barricades in order on the approach and at the closure.
8. Contractor shall provide a minimum of 4 changeable message boards (CMB)
per work area. Each CMB shall be established two weeks prior to scheduled
construction activities.
7-10.4 Safety
7-10.4.1 Safety Orders
The Contractor shall be solely and completely responsible for conditions of the job site,
including safety of all persons and property during performance of the work. The
Page 10 of 22
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.
SECTION 9 - MEASUREMENT AND PAYMENT
E'3a1�a1'L�il�►i➢
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: Work under this item shall include, but not be limited to, all
labor, tools, equipment and material costs for providing bonds, insurance and financing,
preparing and implementing the BMP Plan, preparing and updating construction
schedules as requested by the Engineer, attending construction progress meetings as
needed, and all other related work as required by the Contract Documents. This bid item
shall also include work to demobilize from the project site including but not limited to site
cleanup, removal of USA markings and providing any required documentation as noted
in these Special Provisions.
Item No. 2 Surveying Services: Work under this item shall include, but not be limited
to, all labor, tools, equipment and material costs of surveying, establishing horizontal
controls, 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 striping, and flag persons. This item includes
providing four CMBs and updating messages on the CMBs as requested by the Engineer.
This item also includes furnishing all labor, tools, equipment and materials necessary to
comply with the W.A.T.C.H. Manual, latest edition, and City requirements.
Page 11 of 22
Item No. 4 Signing, Striping, Markings and Markers: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for removing
existing pavement striping and markers, installing pavement striping, markings and
markers within the pavement repair areas in this Contract, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 5 Remove and Reconstruct Concrete Median Curb: Work under this item
shall include, but not be limited to, all labor, tools, equipment and material costs for
removing and disposing the existing concrete curb, grading and compacting subgrade,
reconstructing concrete median curb at Location #17 in the Appendix A, constructing full
depth asphalt concrete slot paving adjacent to the median curb, re -chiseling the curb face
for existing underground utilities, restoring all existing improvements damaged by the
work, and all other work items as required to complete the work in place.
Item No. 6 Remove and Reconstruct Concrete Maintenance Strip: Work under this
item shall include, but not be limited to, all labor, tools, equipment and material costs for
removing and disposing the existing concrete maintenance strip, grading and compacting
subgrade, constructing 18 -inch wide, 4 -inch thick concrete maintenance strip to match
existing at Location #17 in the Appendix A, restoring all existing improvements damaged
by the work, and all other work items as required to complete the work in place.
Item No. 7 Regrade and Repair Landscape to Match Existing: Work under this item
shall include, but not be limited to, all labor, tools, equipment and material costs for
regrading, and installing landscaping items at Location #17 in the Appendix A to match
existing at the location that median curb and concrete maintenance strip are being
reconstructed, restoring all existing improvements damaged by the work, and all other
work items as required to complete the work in place.
Item No. 8 Prune Tree Root: Work under this item shall include, but not be limited to,
all labor, tools, equipment and material costs for tree root pruning and disposal per
Section 308-1 as directed by the engineer in the field within the limits of work in Appendix
A and Layout Plans, restoring all existing improvements damaged by the work, and all
other work items as required to complete the work in place.
Item No. 9 Install Root Barrier: Work under this item shall include, but not be limited
to, all labor, tools, equipment and material costs for installing root barriers per Section
308-1 as directed by the engineer in the field within the limits of work in Appendix A and
Layout Plans, restoring all existing improvements damaged by the work, and all other
work items as required to complete the work in place.
Item No. 10 Construct Isolated AC Pavement Digouts: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for removing
existing asphalt pavement sections as directed by the engineer in the field within the limits
of work in Appendix A and Layout Plans; and constructing 8 -inch full depth AC pavement,
and all other work items as required to complete the work in place.
Page 12 of 22
Item No. 11 Cold Mill Asphalt Concrete Pavement: Work under this item shall include,
but not be limited to, all labor, tools, equipment and material costs for cold milling 3 -inch
thick of the existing asphalt concrete pavement, constructing temporary asphalt concrete
ramps along milled edges, hauling and disposing the milled material offsite, and all other
work items as required to complete the work in place. Locations of work are in the
Appendix A and Layout Plans.
Item No. 12 Place Variable Thickness Leveling Course Asphalt Concrete: Work under
this item shall include, but not be limited to, all labor, tools, equipment and material costs
for applying a tack coat, spreading and compacting for constructing variable depth asphalt
concrete leveling course and all other work items as required to complete the work in
place. Locations of work are in the Appendix A and Layout Plans.
Item No. 13 Place 2 -inch Thick Finish Course Asphalt Concrete: Work under this item
shall include, but not be limited to, all labor, tools, equipment and material costs for
applying a tack coat, spreading and compacting for constructing 2 -inches thick of asphalt
concrete finish course and all other work items as required to complete the work in place.
Locations of work are in the Appendix A and Layout Plans.
Item No. 14 Remove and Install New IRWD Water Valve Box and Cover: Work under
this item shall include, but not be limited to, all labor, tools, equipment and material costs
for removing and disposing the existing water valve box and cover, temporarily lowering
and/or covering the valve to facilitate paving operation, furnishing and installing a new
IRWD water valve box and cover to grade per IRWD STD -DWG -W-22, restoring all
existing improvements damaged by the work, and all other work items as required to
complete the work in place.
Item No. 15 Adjust IRWD Manhole Frame and Cover: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for removing
the existing manhole frame and cover, temporarily lowering and/or covering the manhole
to facilitate paving operation, reinstalling existing IRWD manhole frame and cover to
grade per IRWD STD -DWG -S-1, restoring all existing improvements damaged by the
work, and all other work items as required to complete the work in place.
Item No. 16 Remove and Install New Water Valve Box and Cover: Work under this
item shall include, but not be limited to, all labor, tools, equipment and material costs for
removing and disposing the existing water valve box and cover, temporarily lowering
and/or covering the valve to facilitate paving operation, furnishing and installing a new
water valve box and cover to grade per CNB STD -511-L, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 17 Adjust Manhole Frame and Cover to Grade: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for removing
the existing manhole frame and cover per CNB STD -111-L, temporarily lowering and/or
covering the manhole to facilitate paving operation, reinstalling existing manhole frame
and cover to grade, restoring all existing improvements damaged by the work, and all
other work items as required to complete the work in place.
Page 13 of 22
Item No. 18 Replace Traffic Signal Detector Loops: Work under this item shall include,
but not be limited to, all labor, tools, equipment and material costs to remove and replace
traffic signal loops (presence loops shall be Type E per Caltrans STD PLANS ES -5A and
ES -56), make electrical connections and wirings to existing pull boxes, test and calibrate
the work in place, and all other work items as required to complete the work in place.
Item No. 19 Provide As -Built Plans. Work under this item shall include, but not be
limited to, all labor, tools, equipment and material costs for all actions necessary to
provide as -built drawings. These drawings must be kept up to date and submitted to the
Engineer for review prior to request for payment. An amount of $2,000 is determined for
this bid item. The intent of this pre-set amount is to emphasize to the Contractor the
importance of as -build drawings.
9-3.2 Partial and Final Payment.
From each progress payment, five (5) percent will be retained by the City, and the
remainder less the amount of all previous payments will be paid.
Partial payments for mobilization and traffic control shall be made in accordance with
Section 10264 of the California Public Contract Code.
PART 2 - CONSTRUCTION MATERIALS
SECTION 201 - CONCRETE. MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1 Requirements
201-1.1.2 Concrete Specified by Class and Alternate Class
Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the
plans.
201-2 REINFORCEMENT FOR CONCRETE
201-2.2 Steel Reinforcement
201-2.2.1 Reinforcing Steel
Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum
cover unless shown otherwise on the plans.
Page 14 of 22
SECTION 210— PAINT AND PROTECTIVE COATINGS
210-1 PAINT
210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking
Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized
thermoplastic.
SECTION 212 — LANDSCAPE AND IRRIGATION MATERIALS
212-1 LANDSCAPE MATERIALS
212-1.6 Root Barriers. Root barriers shall be Century Products CP Series or
approved equal. Root barriers shall be installed linearly, 15 -ft long, 30 -inch deep behind
the back of curb. Refer to Section 308-4.3 and construction drawings for locations of root
barriers or direct by the Engineer in the field.
SECTION 214 - PAVEMENT MARKERS
214-1 GENERAL
All pavement markers shall comply with Section 85 of the State of California Standard
Specifications.
214-4 NONREFLECTIVE PAVEMENT MARKERS
All new non -reflective pavement markers Types A and AY shall be ceramic.
214-5 REFLECTIVE PAVEMENT MARKERS
All new reflective pavement markers shall have glass -covered reflective faces or be 3M
Series 290, or approved equal.
Add Section 215 — TRAFFIC SIGNS
SECTION 215 - TRAFFIC SIGNS
Signs shall be standard size per the California MUTCD unless otherwise shown.
Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (08
inch thickness).
New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2
'A inch unistrut (OD) base.
Page 15 of 22
Sign mounting hardware and brackets shall be stainless steel. Unless otherwise
specified, mounting hardware shall be 5/16"-18.
PART 3 - CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials
Removal and disposal of material shall be done by City approved licensed and
Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be
found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and
then selecting the link for Franchised Haulers List.
300-1.3.1 General
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
shall remove any broken concrete, debris or other deleterious material from the job site
at the end of each workday or as directed by the Engineer. All areas of roadway removal
and replacement shall have a minimum trench width of 3 -feet to facilitate maximum
compaction. Contractor shall meet with the Engineer to mark out the areas of roadway
removal and replacement.
Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed
of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid
wastes shall not be disposed of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer and provide appropriate confirmation documentation
from the recycling facility. All material disposal manifests shall be provided to the Engineer
prior to release of final retention.
The Contractor shall dispose of all excess or waste material and shall include all fees for
such disposal in the appropriate bid items.
300-1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to
a minimum depth of two (2) inches. Joins to existing pavement lines shall be full depth
sawcuts. Final removal between the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted
on the job. The Engineer must approve final removal accomplished by other means.
Page 16 of 22
SECTION 302 - ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT
302-5.1 General
All cracks 1/4 -inch or greater in width shall be cleaned, have weed kill applied and sealed
with a hot -applied crack sealant approved by the Engineer. In residential areas, no
highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and
trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top
two (2) inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls,
and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with
an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power
broom.
302-5.8 Manholes (and other structures)
All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to
pavement cold milling. Upon completion of asphalt concrete finish course, the top of
manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the
smoothness requirement as specified in 302-5.6.2.
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
302-6.7 Traffic and Use Provisions
The Contractor shall not allow vehicular traffic on new concrete until the concrete has
attained a minimum compressive strength of 3000 psi. High early strength concrete may
be attained to meet the time constraints by the use of additional portland cement or
chemical admixtures in accordance with Section 201-1 and with prior approval of the
Engineer. The cost of high early strength concrete shall be included in the unit prices for
all concrete bid items.
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303-5.1 Requirements
303-5.1.1 General
Sidewalks and curb access ramps shall be opened to pedestrian access on the day
following concrete placement. In addition, all forms shall be removed, irrigation systems
shall be repaired, and backfill or patchback shall be placed within 72 hours following
concrete placement.
Page 17 of 22
303-5.5 Finishing
303-5.5.2 Curb
The Contractor shall install or replace curb markings that indicate sewer laterals on the
face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer . A two
(2) day notice to the Engineer is required for requests to the City to determine the location
of sewer laterals.
303-5.5.4 Gutter
The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations
shown on the plan.
303-7 COLORED CONCRETE
303-7.1 General
Delete the first sentence and replace with the following: Colored concrete shall be
produced by Method B (Integral Color) as described in Section 303-7.3.
SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS
307-17 TRAFFIC SIGNAL CONSTRUCTION
307-17.7 Vehicle Detectors
307-17.7.3 Inductive Loop Detectors
All installed loop detectors shall be completely functional to the satisfaction of the
Engineer within five consecutive working days of AC pavement finish course placement.
The number of sensor units and lead-in cables required to achieve the specified detection
shall be installed.
Lead loops shall be installed per Attachment A of these Special Provisions
Supplemental. Lead loops shall be modified Type E, and placed immediately behind the
limit line/crosswalk. Remaining presence loops shall be Type E, spaced 10 feet apart
and installed per Caltrans Standard Plans ES -5A and ES -5B.
Bicycle loops shall be Caltrans 3' x 6' Type D loop detector.
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.
All installed loop detectors shall be completely functional to the satisfaction of the
Engineer prior to the turn -on of the modified traffic signal.
Page 18 of 22
SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION
308-1 General
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's Urban Forester at the site to
discuss City standards and requirements.
The Contractor is responsible for clearing and grubbing, pruning and removing tree roots
that interfere with the work. The Contractor shall be responsible for ensuring that no tree
roots are pruned or cut that could compromise the stability of the tree.
The Contractor shall arrange to meet with the City's Urban Forester a minimum of five
workdays prior to beginning the work. The Contractor shall describe the method of
pruning and removing minor tree roots that may be encountered during construction. The
Urban Forrester will decide at that time if a formal submittal is required for review by the
City.
If the Contractor encounters large tree roots, he/she shall cease work at that location and
immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban
Forrester may require the Contractor to formally submit a plan for removing the large roots
to the City for review.
If required, the submittal shall adhere to the following guidelines
1. Root Prunino
a. Whenever possible, root pruning shall only be done on one side of the tree unless
specifically authorized by the City's Urban Forester.
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 -inch below grade for sidewalks and 30 -inch for
curbs, and shall be made as far away from the tree base as possible.
3. Selective Root Prunino
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
Page 19 of 22
of the tree warrants a root cut to be hazardous to the tree or when there is only
one minor offending root to be removed and/or the damage is minimal (i.e., only
one panel uplifted, etc.)
b. Selective root pruning shall be performed with an ax or stump -grinding machine
instead of a root -pruning machine.
c. All tree roots that are within the sidewalk construction area shall be removed or
shaved down.
d. Roots greater than two inches in diameter that must be removed, must be pre -
approved by the City's Urban Forester.
e. Roots shall be selected for removal on the basis that will have the least impact
on the health and stability for the tree.
SECTION 310 - PAINTING
310-5 PAINTING VARIOUS SURFACES
310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
310-5.6.6 Preparation of Existing Surfaces
The Contractor shall remove all existing thermoplastic traffic striping and pavement
markings prior to application of slurry seal by a method approved by the Engineer.
310-5.6.7 Layout, Alignment, and Spotting
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 shall not remain
unpainted overnight.
310-5.6.8 Application of Paint
Temporary painted traffic striping and markings shall be applied in one coat, as soon as
possible and within 24 hours after the finish course has been placed.
The final reflectorized thermoplastic striping shall not be applied until the finish course
pavement or slurry seal has been in place for at least 15 days. The thermoplastic shall be
applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines
which shall be 0.90 mm minimum thickness.
Page 20 of 22
Primer shall be applied to concrete surfaces prior in application of thermoplastic striping.
The primer shall be formulated for the intended application.
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.
SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL
312-1 PLACEMENT
Raised pavement markers shall not be placed until the finish course pavement or slurry
seal has been in place for at least 15 days.
Add Section 313 — TRAFFIC SIGN INSTALLATION
SECTION 313 - 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.
PART 4
400-2 UNTREATED BASE MATERIALS
400-2.1 General
400-2.1.1 Requirements
The Contractor shall use crushed miscellaneous base as the base materials.
Page 21 of 22
400-4 ASPHALT CONCRETE
400-4.1 General
Asphalt concrete finish course shall be III -C3 -PG 64-10 RAP. Asphalt concrete base
course shall be III -B2 -PG 64-10 RAP.
Page 22 of 22
ATTACHMENT A - LOOP DETECTORS
LIMIT LINE OR CROSSWALK
PER PLAN
/ LEGEND:
1-0X DETECTOR INPUT FOR THROUGH
PHASES
0
1-0Y DETECTOR INPUT FOR LEFT TURN
o m PHASES
r is 0XB BICYCLE LOOP DETECTOR INPUT
OO O II O CALTRANS TYPE E LOOP DETECTOR
3-0X
LEFT TURN MODIFIED CALTRANS TYPE E LOOP
O I LANE DETECTOR (LEAD LOOPS)
THROUGH CALTRANS TYPE D LOOP DETECTOR
LANES (3'x6')
I BIKE LANE
O
1-0Y I
�I
EDGE OF GUTTER
CURB FACE
OOI°
1 0X 12-0X
NOTES:
1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS
SHALL BE 3'x6'.
2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LEAD LOOPS
IMMEDIATELY IN ADVANCE OF LIMIT LINE OR CROSSWALK.
3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DETECTOR LEAD-IN CABLE (DLC).
4. SEE CITY STD -923 -L -B FOR CALTRANS MODIFIED TYPE E LOOP WINDING DETAIL.
5. LOOP WIRE SHALL BE TYPE 2. LOOP DETECTOR LEAD-IN CABLE (DLC) SHALL BE TYPE B.
6. LOOPS SHALL BE INSTALLED PER CALTRANS STANDARD PLAN ES -5A AND ES -5B.
7. LOOP SEALANT SHALL BE HOT -MELT RUBBERIZED ASPHALT SEALANT.
RKD APP. PF/ISED
C[IY ENGINEER DATE I DIR 6 PUBLIC WORKS PATE ADOPIEO
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
STANDARD DETAIL. W.
LOOP DETECTORS 923 -L-A
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION BNEET 1 ore
Start
TWISTED CLOCKWISE INTO A PAIR Finish
(AT LEAST 2 TURNS PER FOOT)
WINDING DETAIL
MODIFIED TYPE E LOOP DETECTOR
(NOT TO SCALE)
u_
0
zw
o>
i0
u�
0
11 —0—
SAWCUT DETAIL
MODIFIED TYPE E LOOP DETECTOR
(NOT TO SCALE)
RECD
APP.
REVISED
ENGIN
CITY EER
DAT£
DIR Of PUEUC WgUCS DATE
ACDPTED
CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS
LOOP DETECTORS
STANDARD DUML No.
923-L-B
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
sN 2d2
APPENDIX A
Arterial Highway Pavement Repair Program, C-7185-1
[*** See Dwg No. R -6083-S for Location Map / Layout Plans ***]
IRWD
IRWD
CNB
CNB
DESCRIPTION
NO.
LOCATION
DIMENSION
WV
MH
WV
MH
(Locations are marked in the pavement; Contractor
shall field verify before submitting bids)
1
Coast Hwy & Newport Coast Or
22'x50'
0
0
0
0
Coast Hwy WB Free right turnpocket onto Newport
Coast Drive
2
Newport Coast Or & Coast Hwy
18'x70'
0
0
2
0
WB Newport Coast Dr, #2 lane @ Coast Hwy
Intersection
3
Newport Coast Dr & Coast Hwy
6'x100'
0.
0
1
0
N/B Newport Coast Dr, #2 lane N. of Coast Hwy
4
Newport Coast Or & Provence
10'x60'
2
0
1
0
N/B Newport Coast Dr, #3 lane N. of Provence
5
Newport Coast Dr & Ocean Ridge Or
24'x40'
0
0
1
0
WB Newport Coast Dr, #2 and #3 lanes N of Ocean
Ridge Or
6
Newport Coast Or & Ocean Ridge Dr
41'x43'
0
1
0
0
N/B Newport Coast Dr, all lanes N. of Ocean Ridge Or
7
Newport Coast Dr & Ocean Ridge Or
41'x72'
0
0
0
0
N/B Newport Coast Dr, all lanes N. of Ocean Ridge Or
8
Newport Coast Or & Ocean Ridge Or
41'x68'
1
0
0
0
N/B Newport Coast Dr, all lanes N. of Ocean Ridge Or
9
Newport Coast Or & Ocean Ridge Dr
18'x32'
0
0
0
0
N/B Newport Coast Dr, #3 lane N. of Ocean Ridge Dr
10
Newport Coast Or & Ocean Ridge Or
41'x43'
0
1
0
0
N/B Newport Coast Dr, all lanes N. of Ocean Ridge Dr
11
Newport Coast Or & 73 FWV
24'x295'
0
0
0
0
WB Newport Coast Or #2 and #3 lanes before SR 73
Freeway
12
Newport Coast Or between Ridge Park &
17'x255'
0
0
0
0
S/B Nepwort Coast Or #3 lane between Ridge Park &
Pacific Pines
Pacific Pines
13
Newport Coast Dr between Pcific Pines &
17'x69'
0
0
0
0
S/B Newport Coast Dr, #2 and #3 lanes between Pacific
Pelican Hills N.
Pines & Pelican Hills Rd N.
14
Newport Coast Or between Pacific Pines &
16'x295'
0
0
0
0
S/B Newport Coast Dr, #3 lane between Pacific Pines &
Pelican Hills Rd N.
Pelican Hills Rd N.
15
Newport Coast Or between Pacific Pines &
16'x295'
0
1
0
0
S/B Newport Coast Or, #3 lane between Pacific Pines &
Pelican Hills Rd N.
Pelican Hills Rd N.
16
Newport Coast Or between Pacific Pines &
16'x172'
0
0
6
0
5/B Newport Coast Dr, #3 lane between Pacific Pines &
Pelican Hills Rd N.
Pelican Hills Rd N.
17
San Joaquin Hills Rd between Ridge Park
13'x82'
0
0
0
i
E/B San Joaquin Hills Rd, #1 lane between Ridge Park
Rd & Newport Coast Dr
Rd & Newport wport Coast Or (Curb &Median raised)
18
San Joaquin Hills Rd between Marguerite
12'x258'
0
0
2
0
W/B San Joaquin Hills Rd, #1 lane between Marguerite
& Crown Dr.
Ave & Crown Or
19
San Joaquin Hills Rd between Jamboree
12'x181'
0
0
1
0
E/B San Joaquin Hills Rd, #1 lane between Jamboree Rd
Rd & Santa Cruz
& Santa Cruz Or
20
San Joaquin Hills Rd between Santa Rosa
12'x107'
0
1
2
0
E/B San Joaquin Hills Rd, #1 lane between Santa Rosa
& MacArthur Blvd
Dr & MacArthur Blvd
21
San Joaquin Hills Rd between Crown Or &
12'x156'
0
0
2
0
E/B San Joaquin Hills Rd, #1 lane between Crown Or &
Marguerite
Maruerite Ave
22
Spyglass Hills Rd between EI Capitan &
Carmel Bay
12•x1500'
0
0
6
4
S/B Spyglass Hills Rd between EI Capitan & Carmel Bay
23
San Miguel Drive between San Joaquin
Hills Rd and Port Sutton Or
8'x8'
0
0
0
1
N/B San Miguel Drive, #1 lane before Port Sutton Or
24
MacArthur Blvd SB between Fwy 73 &
8•x50'
0
0
0
0
S/B MacArthur Blvd, #1 lane before Vilaggio
Vilaggio
25
MacArthur Blvd SB between Vilaggio &
8'x50'
0
0
0
1
S/B MacArthur Blvd, #1 lane after Vilaggio
Ford Road
1
1
1
Total
3
4
24
7
F F B # a
'SA §N °a
W -9 Soy
WU, aa¢d Qu N"'g''c''Y
-�o ,3''a
a$ S
d
z Q
mi 5eo g
e�
s �q
Y
zo
�
_ z % 'r =
a �
cx a F ad
LU •- Q F �� I 'I --rum-, S—
a� m W J J �\�\� _�/ I�IUHi n(�w ,
� �\, \ \ I � ��5'
Vl w .�lu�l o
O < AO�`
ti' i rr��1 i d �� '��� �/, I� 111 // r�/�i� d� "' - ro o §9e%•F
C) ULL
ell
Q Q
Q o G''Ii �21 �,agF
/v
S N
r �
s
� I ZL ywbu
t' G-<VV
1
Z
0.1WEG PN0.�P
\
®
e\a rely'.v
a\suw
sv
U
O � M
u d ¢
25 z
o,
a �d
R\vf
O
3p o
ww
t GQAst
r
Ol 8Y001.UaaM3N`
a�
e
i
p
, Igo Qu a
O p
y x
$a
lop
■ O
K
0w
'
ys0
z x
002p
O
F
NZJa
l
UZ
O
o#off
F
W¢
O�
_!. o
oqo5
�A
Qa0
z c
oFo
v0
Io P OVENL�rc
f
I
ri
Joa
F
aop
p_p
, a
O
'
�g
y_
KW
aw
'
i
uxlw-
zxwp
�=
o _�
z
o�
<3
zz
wo
_
0mg
=
tt°
�•
Jow
Atl AWd 3`J01
a
£
O m
111
\
�o
U
1�
Z m
N
�
gO
8
m
I�
COAST HIGHWAY EAST
1
.vq[ we,�0�-[./.i/o� p�v yire�a:nlnspre xx+r'.eyer s -t B:s-[\[rcpt n=ny,ve.m+-.r'autr s-[eas-a\s�sar_5\'.'u..prl\a4vTva.v,sµseV^",:
Qm
R]] h
2 V e • p 4 cl
R ! i' ppm it
> > O pw
O` o z
D
NTS &= eY
{ CY J oz� Q oo sill
m
<IW g
appLL
Z.
z WIS
I o, M
�I =
s t'
p. o
RR
n. 009
f / °�
� Foao Roeo rao, r� cvorcoR oarve F o
VU
3nlaa znentl�. 0.
'6 �9'jN,bM,�
wo
W
U�
- g W
1 X w IN
4 r
1 W
z
O o
WQ J ZF �W �i
Z ��♦ Nds i'` O
� II Owl
M F
< �1Z Oarc
N Q N a k N
I �
1 [
ovou"
APPENDIX "B" - DFW WATER METER BOX
.o
14
4
0
r=1
DFW486SA-4<> NWPT-LID
NOTES NOTES
1) DIM'S f 1/8" U.N.O.
2) BODY MATERIAL: LLDPE
3) LID MATERIAL: HDPE
4) WALL THICKNESS: 3/8" t 5%
5) I.W.A. = INSIDE WORK AREA
DG�In
DFW PLASTICS, INC.
PO BOX 648
BEDFORD TEXAS 76095
LID KEY
4 1 GRAY COLOR — PMS 414C
<> NO LID HOOK
NWPTI NEWPORT BEACH INSERT
DFW486WBC4-12-4<> NWPT
t
u
DFW486W13C4-12-130DY
�1 3 1 ---
KISS OFF DETAIL
SECTION A -A
DFW PLASTICS, INC. ENGAGES IN ONGOING RESEARCH AND
DEVELOPMENT TO IMPROVE AND ENHANCE ITS PRODUCTS.
THEREFORE, DFW PLASTICS, INC. RESERVES THE RIGHT TO
CHANGE PRODUCT OR SYSTEM SPECIFICATIONS WITHOUT NOTICE.
CREATED: 0518IN16
CITY OF NEWPORT BEACH UPDATED: 05118/2016
ACCEPTED: jw
(817) 439-3600 D F W 4 8 6 W B C 4 -12-4<> NWPT DRAWN BY: RMc
(817) 439-3700 (f)
www.a/wolesticsinn enm PLOT SCALE: 1:10
THIS DRAWING IS THE PRO
i
3
8
WALL
14
DFW65C-4<> NWPT-LID
A-
DFW65C4-14-BODY
LID KEY
4 1 GRAY COLOR - PMS 414C
<> I NO ANTI FLOAT HOOK — CONCRETE
NWPT I NEWPORT BEACH ENGRAVING
DFW65C4-14.4<> NWPT
—184
2 ---� � 151
-1 SIDES ARE J T
30WED OUT 1/2'
N
BOTTOM FLANGE
IS 2;' WIDE
NOTES
BOTTOM VIEW
1) DIM'S t 1/8" U.N.O.
2) LID MATERIAL: HDPE
3) BODY MATERIAL: ELOPE
DFW PLASTICS, INC. ENGAGES IN ONGOING RESEARCH AND
4) WALL THICKNESS: 3/8" t 5%
DEVELOPMENT TO IMPROVE AND ENHANCE ITS PRODUCTS.
THEREFORE, DFW PLASTICS, INC. RESERVES THE RIGHT TO
5) I.W.A. = INSIDE WORK AREA
CHANGE PRODUCT OR SYSTEM SPECIFICATIONS WITHOUT NOTICE.
Ll
lullull
CREATED: 0/1 812 01 6
DCT I/V
CITY OF
NEWPORT BEACH
1
UPDATED: o5nenm6
DFW PLASTICS, INC.
PO BOX 648
A-
DFW65C4-14-BODY
LID KEY
4 1 GRAY COLOR - PMS 414C
<> I NO ANTI FLOAT HOOK — CONCRETE
NWPT I NEWPORT BEACH ENGRAVING
DFW65C4-14.4<> NWPT
—184
2 ---� � 151
-1 SIDES ARE J T
30WED OUT 1/2'
N
BOTTOM FLANGE
IS 2;' WIDE
NOTES
BOTTOM VIEW
1) DIM'S t 1/8" U.N.O.
2) LID MATERIAL: HDPE
3) BODY MATERIAL: ELOPE
DFW PLASTICS, INC. ENGAGES IN ONGOING RESEARCH AND
4) WALL THICKNESS: 3/8" t 5%
DEVELOPMENT TO IMPROVE AND ENHANCE ITS PRODUCTS.
THEREFORE, DFW PLASTICS, INC. RESERVES THE RIGHT TO
5) I.W.A. = INSIDE WORK AREA
CHANGE PRODUCT OR SYSTEM SPECIFICATIONS WITHOUT NOTICE.
CREATED: 0/1 812 01 6
DCT I/V
CITY OF
NEWPORT BEACH
UPDATED: o5nenm6
DFW PLASTICS, INC.
PO BOX 648
ACCEPTED: JMc
BEDFORD, TEXAS 76095
(817) 439-3600
D FW 6 5 C 4
-1 4 4<> N W P T
DRAWN BY: RMc
(817) 439-3700 (f)
www.dfwplasticsinc.com
I
PLOT SCALE: 1:12
THIS IIRAWINC; IS THF PPOPFRTY OF 11FW PI ASTICC INC
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
Date Received: 12/21/17 Dept./Contact Received From: Raymund
Date Completed: 12/21/17 Sent to: Raymund By: Jan
Company/Person required to have certificate: All American Asphalt
Type of contract: Public Works
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 8/1/17 - 8/1/18
A.
INSURANCE COMPANY: Arch Specialty Insurance Company
B.
AM BEST RATING (A-: VII or greater): A+ / XV
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
❑ Yes ® No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
$1M/$2M/$2M
E.
ADDITIONAL INSURED ENDORSEMENT—please attach
E Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
include): Is it included? (completed Operations status does
N/A
F.
not apply to Waste Haulers or Recreation)
E Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
E N/A ❑ Yes ❑ No
G.
COMPLETED OPERATIONS ENDORSEMENT (completed
❑ N/A ❑ Yes E No
H.
Operations status does not apply to Waste Haulers)
E Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
E Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
® Yes ❑ No
J.
CAUTION! (Confirm that loss or liability of the named insured
is not limited solely by their negligence) Does endorsement
include "solely by negligence' wording?
❑ Yes E No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
E N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A E Yes ❑ No
11. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 8/1/17 - 8/1/18
A.
INSURANCE COMPANY: Zurich American Insurance Company
B.
AM BEST RATING (A-: VII or greater) A+/ XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
E Yes ❑ No
D.
LIMITS - If Employees (Must be $1M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided?
$2,000,000
E
LIMITS Waiver of Auto Insurance / Proof of coverage (if individual)
(What is limits provided?)
N/A
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
E N/A ❑ Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ N/A ❑ Yes E No
H.
NOTICE OF CANCELLATION:
❑ N/A E Yes ❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 8/1/17 - 8/1/18
A.
INSURANCE COMPANY: Zurich American Insurance Company
B.
AM BEST RATING (A-: VII or greater): A+ / XV
C.
ADMITTED Company (Must be California Admitted):
® Yes
❑ No
D.
WORKERS' COMPENSATION LIMIT: Statutory
® Yes
❑ No
E.
EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater)
$1,000,000
F.
WAIVER OF SUBROGATION (To include): Is it included?
® Yes
❑ No
G.
SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
® N/A ❑ Yes
❑ No
H.
NOTICE OF CANCELLATION:
❑ N/A ® Yes
❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
® N/A ❑ Yes ❑ No
V POLLUTION LIABILITY
® N/A ❑ Yes ❑ No
V BUILDERS RISK
® N/A ❑ Yes ❑ No
HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
12/21/17
Date
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
RM approval needed for non -admitted status of general liability carrier. 12/21/17 Risk Management approved
use of non -admitted carrier.
Approved:
Risk Management
" Subject to the terms of the contract.
Date