HomeMy WebLinkAboutC-7889-3 - Mission Bay Drive Street ImprovementsCITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 FAx
newportbeachca.gov
March 22, 2023
All American Asphalt
Attn: Mark Luer
400 East Sixth Street
Corona, CA 92879
Subject: Mission Bay Drive Street Improvements — C-7889-3
Dear Mr. Luer:
On March 22, 2022, the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to release
the Labor & Materials Bond 65 days after the Notice of Completion had been recorded
in accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
March 23, 2022, Reference No. 2022000113926. The Surety for the contract is Fidelity
and Deposit Company of Maryland and the bond number is 7666691. Enclosed is the
Faithful Performance Bond.
Sincerely,
Leilani I. r wn, 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. 7666691
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 777.00 being at the
rate of $ 3.95 thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt hereinafter designated as the "Principal," a contract for removing and
replacing 12 linear feet of concrete curb and gutter, removing and replacing in full depth
street asphalt within work limits; removing two -inches (7) of existing street asphalt by
grinding and replacing with Conventional Asphalt Concrete; removing and replacing
asphalt concrete; removing and recompacting sub grade to 90% relative density;
removing and replacing all street markers, striping, and painting; adjusting existing
manhole rings, frames, and covers to finished grade; and re-establishing survey
monuments 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
ridelity and ueposlt 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 One
Hundred Ninety Six Thousand Six Hundred Ninety One Dollars ($196,691.00) 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.
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
All American Asphalt Page B-1
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 loth day of September 2021
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017
Address of Surety
(213) 270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTOR)NEY`'S OFFICE
Date: Zv
By:
on ar
ity A o
A�Ithorize Sigh turee itIV. ; 06o_
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -in -Fact_
Print Name and Title _-
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
All American Asphalt Page B-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attachedand not the tmthfidness. acenracv. or validity of that document_
State of California
County of Riverside
On September 13, 2021 before me, Kenona Nazari, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Edward J. Carlson
Name( of SignerW
who proved to me on the basis of satisfactory evidence to be the
person(&) whose name(&) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/iheir
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
KENONA NAZARI
a Notary Pubtic California I certify under PENALTY OF PERJURY under the laws of the State of
,6 Riverside County California that the forgoing paragraph is true and correct.
Commission P 2318601
A1y Comm. Expires Jan 10, 2024 WITNESS my h d and official seal.
1'
Signature
Place Notary Seal Above signature of Notary Pub
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 Faithful Performance Bond — City of Newport Beach
Document Date: September 10, 2021 Number of Pages: 5
Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact
Capacity(ies) Claimed by Signer(e)
Signers Name: Edward J. Carlson Signer's Name:
❑ Individual ❑ Individual
X Corporate Officer —Title(&): Vice President ❑ Corporate Officer —T'I
❑ Partner o o Limited ❑ General ❑ Partner D o Limits ❑
❑ Attorney in Fact ❑ Attorney in Fact
❑ Trustee Top of thumb here Top of thumb here
❑ Trustee
❑ Other: ❑ Other:
Signer is Representing:
Signer is Representing:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
"Please See Attached"
State of California
County of } ss.
On 20_ before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
(seal)
State of California
County of } ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in hisiher/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
All American Asphalt Page B-3
ALL-PURPOSECALIFORNIA
..
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 09/10/2021 before me, Liliana Gomez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
NameKof Signers)
who proved to me on the basis of satisfactory evidence to be the persona) whose names} is/are
subscribed to the within instrument and acknowledged to me that tae/she/they executed the same in
his/her/their authorized capacityi,l*, and that by his/her/their signatureZ6*on the instrument the person(s),.
or the entity upon behalf of which the persons) acted, executed the instrument.
LILIANA G0ME2
No[ary Public -California
"�-'•'
'
My
Orange County
Commission N 2243326
Comm. Expires May 20, 2022
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand
and official seal.
Signature
Signature of Notary Pub
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. 7666691 Document Date: 09/10/2021
Number of Pages: Three 3 Signer(s) Other Than Named Above: All American Asphalt
Capacity(fes) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual WAttorney 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:
PRF7666691
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 Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Robert D. Murray, 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 Rebecca Haas -Bates , its true and lawful agent
and Attomey-m-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 loth day of september , p.D, soil
g"yMµ v X y f �Tw.
i RAL '�E if'���
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this loth day of September A.D. 2021 , before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, Robert D. Murray, 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, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written.
`c
Constance A. Dunn, Notary Public
"""'
My Commission Expires: July 9, 2023
May 31, 2022
All American Asphalt
Attn: Mark Luer
400 East Sixth Street
Corona, CA 92879
Subject: Mission Bay Drive Street Improvements-C-7889-3
Dear Mr. Luer:
On March 22, 2022, the City Council of Newport Beach accepted the work for the subject
project and authorized the City Clerk to file a Notice of Completion, to release the Labor
& Materials Bond 65 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
March 23, 2022, Reference No. 2022000113926. The Surety for the bond is Fidelity and
Deposit Company of Maryland and the bond number is 7666691. Enclosed is the Labor
& Materials Payment Bond.
Sincerely,
Leilani I. Brown, MMC
City Clerk
Fnclosure
Premium is included in the performance bond
Executed in. 2 Counterparts
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 7666691
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt hereinafter designated as the "Principal," a contract for removing and
replacing 12 linear feet of concrete curb and gutter, removing and replacing in full depth
street asphalt within work limits; removing two -inches (2") of existing street asphalt by
grinding and replacing with Conventional Asphalt Concrete; removing and replacing
asphalt concrete; removing and recompacting sub grade to 90% relative density;
removing and replacing all street markers, striping, and painting; adjusting existing
manhole rings, frames, and covers to finished grade; and re-establishing survey
monuments 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 One
Hundred Ninety Six Thousand Six Hundred Ninety One Dollars ($196,691.00) 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
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.
All American Asphalt Page A-1
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 10th day of September _, 20 21
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
777 S. Figueroa Street Suite 3900 Los Angeles CA 90017
Address of Surety
(213) 270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTQTEY(�S OFFICE
Date: �*�//Z-r'
By: �k
Aaron C. a(R
City Attorney
Authorized Si ture/Title
t4L irk-� ew �s "I V .
Authorized Agent Signature
Rebecca Haas -Bates Attorney; -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
All American Asphalt Page A-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE 4 1189
A notary public or other officer completing this certificate verifies only the identity ol'the individual who signed the
document to which this eertifcaw is anched. and not the.. tnnhfu Incas. nccuracv or vat id i I v of Ihat dnc iment
State of California
County of Riverside
On September 13, 2021 before me, Kenona Nazari, Notary Public
Date Here Insen name and Title of the Oaioer
personally appeared Edward I Carlson _
Nam ike) of Signeda)
e
who proved to me on the basis of satisfactory evidence to be the
person(g) whose name(&) Ware subscribed to the within instrument
and acknowledged to me that he/6heAhey executed the same in
his/her(thek authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
Ix KENONA NAZARI
NotaryPublic.California I certify under PENALTY OF PERJURY under the laws of the State of
Riverside county California that the forgoing paragraph is true and correct.
Commission M 2318601
'�My Comm. Expires Jan 10, 2024
WITNESS my hand and official seal.
Signature
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Labor and Materials Payment Bond — City of Newport Beach
Document Date: September 10, 2021 Number of Pages: 5
Signer(&) Other Than Named Above: Rebecca Haas -Bates Attorney -in -Fact
Capacity(les) Claimed by Signer(s)
Signer's Name: Edward J. Carlson Signer's Name: _
n Individual --
Individual
X Corporate Officer — Title(s): Vice President
u Partner I l u Limited u General
❑ Attorney in Fact
n Trustee ma vnnnmb pare
Other:
Signer is Representing:
it Corporate Officer — Title(s):
❑ Partner I I u Limited i Genera"
Attorney in Fact
u Trustee
ii Other:
Signer is Representing:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of
On
J ss.
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 { 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/herttheir 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)
An American Asphalt Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
F_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 09/10/2021 before me, Liliana Gomez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
NameKof SignerN
who proved to me on the basis of satisfactory evidence to be the persons} whose name(* is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
Rfs/her/the(r authorized capacity ji , and that by his/her/their signatures on the instrument the person(s),
or the entity upon behalf of which the persons) acted, executed the instrument.
a
OMEZ
GOME7
y Publli
Notary Public California
nranpe County
Commission ✓t 224 1;16 �j
My Comm, Expires May 20, )022 !1
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��� n v
Signature ol` Notary Publ(e
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 7666691 _Document Date: 09/10/2021
Number of Pages: Three 3 Si ner(s) Other Th N All A A h I
9 an amed i
Above. mer can sp a t
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
LJ Partner — O Limited ❑ General
L.I Individual WAttorney in Fact
1-1 Trustee Cl Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland _ ___
Signer's Name:.__ _
El Corporate Officer — Title(s):
❑ Partner — I I Limited ❑ General
Ll Individual ❑ Attorney in Fact
Ll Trustee ❑ Guardian or Conservator
Q Other:
-------------------
Signer Is Representing:
• moo. - '��#d
02014 National Notary Association • www,NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907
PRF7666691
Bond Number
City of Newport aeaeh
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 Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Robert D. Murray, 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 Rebecca Reas-aates , its true and lawful agent
and Attomey-m-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 cleated 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 loch day of September , A.D. 2021
SEAL
,p
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Hr. Robert D. Murray
Vice P, eshhenr
1.. �<euol. �• �'M. S�(N�lh.
By: Down E. Brown
S'ecretmy
State of Maryland
County of Baltimore
On this ialh day of September A.D. 2021 , before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, Robert D. Murray, Vice President and Down E. Brown, Secretary of the Companies, to me personally known to he the
individuals and officers describer) in and who executed the parading instrument, and acknowledged the execution of same, and being by me duly sworn,
depuseth and saith, that he/she is the said officer of the Company aforesaid, and that the seats 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, 2023
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 ISth day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the I Oth day of May, 1990,
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 10U day of September 2021
$T+'
I 6AL t
By: Brian M. Hodges
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
www.reportsfclaimso.zurichiia.com
800-626-4577
Batch 13546986 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Page 1 of 4
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
IIIIIIIIIIIIIIIIIIIIII1111I1III IIIIIIIIIIIIIIIIIIIIII[jjI IIIIIIIIIIII NO FEE
+$ R 0 0 1 3 6 2 1 1 2 8 5
2022000113926 3:32 pm 03123122
371 RIO OA 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 August 24, 2021. Said Contract set
forth certain improvements, as follows:
Mission Bay Olive Street Improvements - C-7889-3
Work on said Contract was completed, and was found to be acceptable on
March 22 2022, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Fidelity and Deposit Company of Maryland.
BY W
ublic Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on 2i�22 at Newport Beach, California.
No
https://gs.secure-recording.com/Batch/Confirmation/13546986 03/23/2022
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 August 24, 2021. Said Contract set
forth certain improvements, as follows:
Mission Bay Di ive Street Improvements - C-7889-3
Work on said Contract was completed, and was found to be acceptable on
March 22, 2022, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Fidelity and Deposit Company of Maryland.
AN
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on�[I (�i11�'J , 222 at Newport Beach, California.
m
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 10:00 AM on the 29th day of July, 2021,
at which time such bids shall be opened and read for
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
$300,000
Engineer's Estimate
Approved by
ames M. Houlihan
D uty PWD/City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.planetbids.com/portal/portal.cfm?Company[D=22078
Hard copy plans are available via
Santa Ana Blue Print at (949)756-1001
Located at 2372 Morse Avenue, Irvine, CA 92614
Contractor License Classification(s) required for this project. "A"
For further information, call Patrick Arciniega, Project Manager at (949) 644-3347
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http://newpo teachca.aov/qovernment/open-transi)aren_t/online-services/bid_s rfos-
vendor-registration
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
NOTICE INVITING BIDS ........................
........Cover
INSTRUCTIONS TO BIDDERS...................................................................................... 3
BIDDER'S BOND............................................................................................................ 6
DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9
TECHNICAL ABILITY AND EXPERIENCE REFERENCES. ........................................... 9
NON -COLLUSION AFFIDAVIT..................................................................... 13
DESIGNATION OF SURETIES...................................................................... 14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15
ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18
INFORMATION REQUIRED OF BIDDER..................................................................... 19
NOTICE TO SUCCESSFUL BIDDER........................................................................... 21
CONTRACT.................................................................................................................. 22
LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A
FAITHFUL PERFORMANCE BOND........................................................... Exhibit B
INSURANCE REQUIREMENTS................................................................. Exhibit C
PROPOSAL.............................................................................................................. PR -1
SPECIAL PROVISIONS ................
2
............. I.............. SP -1
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed, uploaded and received by the City Clerk
via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed
Envelope)
DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information
to be submitted via PlanetBids)
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any; Contractor shall confirm via PlanetBids)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids)
The City Clerk's Office will open and read the bid results from PlanetBids immediately
following the Bid Opening Date (Bid Due Date.)
The Bid Results are immediately available to the public via PlanetBids following the Bid
Opening Date (Bid Due Date). Members of the public who would like to attend this reading
may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.)
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may
be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents. Original copies
must be submitted to the City Clerk's Office.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State of California, and
(2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The
successful bidder's security shall be held until the Contract is executed. Original, sealed
copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.)
The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on
the outside of the envelope containing the documents.
4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
3
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
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
4
provide the written statement and the City Council does not meet within the prescribed time
period, the City shall have up to 3 days following the next regular meeting of the City
Council to provide the written statement. Payment of the undisputed portion of the claim
shall be made within 60 days after the City issues its written statement.
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal
meet and confer conference, which shall be scheduled within 30 days of receipt of
claimant's demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs
equally and agreeing to a mediator within 10 business days. If the parties cannot timely
agree on a mediator, each party shall select a mediator and those mediators shall select a
qualified neutral third party to mediate the remaining disputed portion. If mediation is
unsuccessful, any remaining disputed portion shall be addressed using procedures outside
of Public Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has been reviewed.
267073 A, C-12
Contractor's License No. & Classification
100001051 6/30/2023
DIR Registration Number & Expiration Date
All American Asphalt
Bidder
5
j'
Authorized Signature/Title
Edward J. Carlson, Vice President
Date
Bid Bond No 08597423
Bid Date: 07/29/2021
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
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 MISSION
BAY DRIVE STREET IMPROVEMENTS, Contact No. 7889-3 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
Wdness our hands this 26th day of JulY . 2021.
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
777 S Figueroa $trees. Suite 3900. los Angeles CA 80017
Address of Surety
(213) 270-0600
Telephone
G Au horiz S' nature/Title -�
G ai u+c, �+d c✓i► " 1Q_ a .,✓lW'G�
Authorized Agent Signature
Rebecca Haas -Bates. Attorney -in -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notan public or other oIII cer completing this certificate verifies on l% the identiti of the individual «hu ,caned the
rirwnm,•m to which thi% rrrtilirato i. mtarhrd and not thr• ma avi•nrrry or validity of thsr dnr urnrnt
State of California
County of Riverside
On Julv 28. 2021 before me, Kenona NazariNotary Public
Date Hera Insert name a +d T tie ut the officer
Personally appeared Edward J. Carlson
Nam�of Stgner(W:
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(&) is/are subscribed to the within instrument
and acknowledged to me that he/sbeAhey executed the same in
hisA*A4heir authorized capacity(ies), and that by his/hef4hek
signature(&) on the instrument the person(s), or the entity upon behalf
KENONA wtiAgt of which the person(s) acted. executed the instrument
Notary Public - ulliornia
Rine►ede County18� 1 certify under PENALTY OF PERJURY under the laws of the State of
t otntMuion jan in-
California that the forgoing is true and correct.
LiOlAy Carom. fsplr� .len 10, 201 r 9 9
WITNESS myha and official seal.
MSignuUtre �',
aca Notary Seal Above woneft" of Notary PUWIe 1
OPTIONAL
Though the information below is not required by law. it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document
Description of Attached Document
Title or Type of Document Bid Bond —City oi' Nenort Beach Bid Proposal
Document Date: _ July 26, 2021 Number of Pages 5
Signer(s) Other Than Named Above: Rebecca Haas -Bates Attorney -in -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Edward J. Carlson
Individual
X Corporate Officer — Title(6) Vice President
Partner Limited ; General
Attorney in Fad
- Trustee IMT!, trx,mb here
Other
Signer is Representing:
Signer's Name.
Individual
Corporate Officer — T le(s)
Partner ---Limite = General
Attorney in Fad
Trustee / *oo of Thumb per
Other. %
;
l
Signer is Representing:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of )SS.
On 20 before me.
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in hisfher/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity(ies) claimed by Signer(s)
Trustee
Power of Attorney
CEO/CFO/COO
President f Vice -President / Secretary / Treasurer
Other:
Other Information.
7
(seal)
Thumbprint of Signer
Check here if
no Nimbprint
or fingerprint
is available
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document. "Please See Attached""
State of California
County of )SS.
On 20 before me.
Notary Public, personalty 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 hisfher/their authorized capacdy(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ?ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/herltheir signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the tnRhfulness, accuracy, or validity of that document
State of Califomia
County of Orange
On 07/26'2021 before me, Liliana Gomez. Notary Public
Date Here Insert Name and Title of the Officer
personalty appeared Rebecca Haas -Bates
Namej*of Signaft
who proved to me on the basis of satisfactory evidence to be the persons} whose name(!* is/me
subscribed to the within instrument and acknowledged to me that +Wshe/they executed the same in
his/her/thoif authorized capac1ty0*, and that by hia(herMmir signature4on the instrument the personK
or the entity upon behalf of which the person(t acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of Califomia that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature ft& apt a kr/,�� -
Signature f Notary Pub/
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: Bid Bond Document Date: 07 26,2021
Number of Pages: Three 0 Signers) Other Than Named Above: All American Asphalt
Capac!Wles) Claimed by Signers)
Signer's Name: Rebecca Haas -Bates
71 Corporate Officer — Title(s):
7:1 Partner — E Limited O General
Individual rd Attomey in Fact
Trustee O Guardian or Conservator
Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
:1 Corporate Officer — Title(s):
`l Partner — n Limited - General
Individual ❑ Attomey in Fact
O Trustee U Guardian or Conservator
M Other:
Signer Is Representing:
02014 National Notary Association • www.NationWNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V. Section 8. Atturneys-in-fact. Ilse Chiet l:xecuti%e Officer. the President. ser any Executi%e Vice President or Vice President
may. by ssritten instrument under the attested corporate seal. appoint attome}s-in-fact with authority to execute bonds. policies.
recognizances. stipulations. mxlertakings. or other like instruments on behalf of the Company. and may authorize any olficer or any such
anomcy-in-1 act to affix the corporate seal thereto: and ma} with or without cause modify of rcwke any such appointment or authorio at am
time."
CERTIFICATE
1. the undersigned. Secretary of the ZURICII AMERICAN INSURANCE COMPANY. the COLONIAL. AMERICAN CASUAL rY
AND SURETY COMPANY. and the I•IDELITY AND DEPOSii COMPANY OF MARYLAND. do hereby certik that the foregoing
Power of Attorney is still in full force and elfect on the date of this certilicatc: and I do further certify that Article V. Section 8. of the By-
I.a%vs of the Companies is still in Barye.
This Power of Anorney and Certificate may be signed by facsimile under and by authority ofthe lbilovving resolution ol'the hoard of
Directors of the ZURIC'1I AMERICAN INSURANCE COMPANY ata meeting duly called and held on the 15th day of December 1998
RESOLVED: "Khat the signature ofthe President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Scal of the Company may he affixed by facsimile on any Power of Atiomey . Any such Power or tiny certificate thereof hearing such
facsimile signature and seal shall be valid and binding on the Company."
I'his Power of Attorney and Certificate rnac he signed by facsimile under and by authority ofthe following resolution ofthe Board of
Directors of the COLONIAL AMERICAN CAS( !AL I'Y AND SURF: rY COMPANY at a meeting duly called and held on the 5th day of
I&N. 1994. and the following resolution ofthe Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeime duly called and held on the I Oth day of May. 1990.
RFSOLVGD: "That the facsimile or mechanically reproduced seal of the company and lacsimile or mechanically reproduced signature
of' any Vitt -President. Secretan. or Assistant Secretary of the Company. whether made heretofbre or hereafter. wherever appearing upon it
certified copy of any power of attorney issued by the Company. shall be valid and binding upon the Company vyith the same torce and eticct
is though manually affixed.
IN TESTIMONY W11E111t�OF. I have hereunto subscribed my name and aflixcd the corporate seals ofthe said C'umpanies.
this 26th day of JuIY _ _ _ 2021
By: Brian M. I lodges
Vice President
TO REPORTA 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 YOI R CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Wav
Schaumburg. IL 60196-1056
www.reportsfclaims�i?!zurichna.cont
800-6264577
Zt RIC'II AMERICAN INSURANCE C'OMPA.N1
('OLONIAL AMERI('AN CASt'a+LTY' AND SI'RE'i•Y COMPANI
FIDEIAT1 AND DEPOSIT COMPANY OF N1 ARYLA.ND
POWER OF ATTORNEI
K\O%A ALL MEN BY (HESE PRESENTS; That the ZURICH AMERICAN INSURANC'L COMPANY. a corporation ofthe State ol'Ncw
York. the COLONIAL AMERICAN CASUAL rY AND SURETY COMPANY. a corporation ofthe State of Illinois, and the HDL-LIIN'
A\D DEPOSI I COMPANY OF MARYLAND a corporation ofthe State of Illinois (herein collectively called the "Companies"), by
Robert 1). Murray, Vice President, in pursuance of authority granted by Article V. Section R. ofthe By-I.awN of said Companies, which are
set forth on the reverse side hereofand 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 In-ine.
California. EACH, its true and (atrful agent and Attorney -in -Tact. 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 til' such bonds or undenakings in pursuance of these presents.
shall be as binding upon said Companies, as fully and amply, to all intents and purposes. as ifthey had been duly executed and acknowledged
by the regular)} elected officers ofthe ZURICH AMERICAN INSURANCE COMPANY at its office in New '; ork. Vesy York.. the regularly
elected officers ofthe COLONIAL. AMERICAN CASUALTY AND SURE rY COMPANY at its office in Owings Mills, Maryland., and the
regularly elected officers ofthe FIDELITY AND DLI'OSH COMPANY OF MARYLAND at its office in Owings Mills. Marpland.. in then
own prtrper persons.
The said Vice President dues hereby certil} that the extract set firth on the re+erse side hereof is if true copy of:\rticle V. Sccuon X. of
the By -Laws of'said Companies. and is now in force.
IN A I ]NESS WHEREOF, the said Vice -President has hereunto subscribed his�her names and aflixed the Corporate Seals ol'the wid
ZURICH AMERICAN INSURANCE. COMPA\1', COLONIAL. AMERICAN C'ASUAIXY %ND SURETY" ('011P.%\1, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND. this 1 I th day ot'June. A.D. 2019.
P�11
_ uAL
1TTES'l ;
ZI RICH :UIFRIC:\\ I\St'RAN( F, ('OMP:%\)
COLONIAL AMERICAN CASI'ALTV AVD S1'RFII" COMPANI
FIDEI.I11 AND DEPOSIT CONIPASY OF 11ARYLAND
Bv. Robert D. •t lurrrm
Vie President,
1., floor
Ht lknrrr lS lJrnu n - --
.i'ri r•c'inrt
Stale of Maryland
County of Baltimore
On this I tth day of June. AD -1019. before the subscriber, a Notary Public of the State of VlarvWnd. dul+ commissioned and ymddied, Robert D.
\fa►ray. Vice President and Dawn E. Brown. Secretary of the Compames. to me personal)+ known to be the urdrvrduals and oRicers described n and %sho
executed the preceding instrument, aril acknowledged the cxecuuon of same. and tnmg by me duh sworn, deposeth and samh. that hclshe is the said officer of
the C•ompam aforesaid. and that the seals affixed to the preceding instrument are the Corporate Seats of said Cornpames, and thdi the said Corporate Seals and
;he signature as such officer wore duly atlixed and suhscnbed to the said instrument hs the auihornN and doccnon ol'the said Corporations
I\ TLSTIMONS' WI(FRFOf. I hale hereunto set an hand and affirwd ms 011icial Seal the das and sear first ahotc \%rin •n
Constance A Dunn. Nolan Public
Ms Commission I xpires lids 1).220_;
REIV�D
31121.14V1. 14
m
m
c
33
Z
�J
m
0
c
m
m
0
z 8 n n
o Z
vo
n n o
n' � z
7�: ro
M rD
oo
� (D
CD CO
D rD
n
a ?
0,
0
v
o
z w
-
z v
O
v
O D
m ^'
I m z rr
z
zE m C
O
m o
000 T
00 < C
G7 0
C
tp m
w
>
L
70
m
D
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT
State law requires the listing of all subcontractors who will perform work in an amount in excess of one-
half of one percent of the Contractors total bid. If a subcontractor is not listed, the Contractor represents that
he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public
Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any
monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the
Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will
be used subject to the approval of the Engineer and in accordance with State law. No changes may be made
in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include
DIR registration numbers for each subcontractor.
i
All American Asphalt
Bidder Authorized Signature/Title
Edward J. Carlson, Vice President
9
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this formll! 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 5 years in excess of $150,000, provide the following information:
No. 1
Project Name/Number
Project Description
2020 Fall Pavement Rehabilitation Project
Rehabilitation
Approximate Construction Dates: From 7/2020 To: 12/2020
Agency Name City of Ontario
Contact Person Ariana Kern
Telephone (90P-395-2129
2,499, 333.00
Original Contract Amount $ Final Contract Amount $ 2,499,333.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
110111
No. 2
Project Name/Number JOC Pavement Maintenance
Project Description
Maintenance
Approximate Construction Dates: From 7/2020 To: 8/2020
Agency Name County of Orange
Contact Person Albert Rodriguez Telephone ( 714-667-8800
2,584,747.69
Original Contract Amount $ Final Contract Amount $ 2,584,747.69
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
N/A
No. 3
Project Name/Number 2020 HUD Street Improvements Project
Project Description Improvements
Approximate Construction Dates: From 6/2020 To: 10/2020
Agency Name City of Alhambra
Contact Person Robert Rias Telephone 62E -580-5000
Original Contract Amount J00,433.Ohnal Contract Amount $ 300,433.00
Iqipxl amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
N/A
11
No. 4
Project Name/Number
Project Description
Citrus Avenue Improvements
Street Improvement
Approximate Construction Dates: From 8/2018 To: 10/2019
Agency Name City of Fontana
Contact Person Kimberly Young Telephone ( 9g9-350-7632
Original Contract Amount �02,730.OFQinal Contract Amount $ 502.730.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
ag/Anst you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5
Project Name/Number
2019 Citywide Street Resurfacing
Project Description Resurfacing
Approximate Construction Dates: From 10/2019 To; 12/2019
Agency Name City of Stanton
Contact Person Guillermo Perez Telephone (714,990-4204
1,206,869.00 1,206,869.00
Original Contract Amount $ Final Contract Amount $
IqRl amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
N/A
12
No. 6
Project Name/Number Citywide Overlay Street Improvements
Project Description
Street Improvement
Approximate Construction Dates: From 02/2020
Agency Name City of Westminster
To: 06/2020
Contact Person Theresa Tran Telephone (714) 548-3460
1,131,621.00
Original Contract Amount $ Final Contract Amount $ 1.131.621.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
N/A
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on-site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
All American Asphalt
Bidder
13
Authorized Signature/Title
Edward J. Carlson, Vice President
2020
PAST WORK REFERENCES
City of Ontario
303 East B Street
Ontario. CA 91764
Contact: Ariana Kern (909) 395-2129
akern(a.ontanoca qov
City of Loma Linda
25541 Barton Road
Loma Linda, CA 92354
Contact: T. Jarb Thaipejr (909) 799-4400
Ithaipeir(d-_)Iomalinda-ca ciov
City of Jurupa Valley
8920 Limonite Avenue
Jurupa Valley, CA 92509
Contact: Chase Keys (951) 332-6464
ckeys(2lurupavallev org
County of Orange
601 N. Ross Street, 41" Floor
Santa Ana, CA 92701
Contact: Albert Rodriguez (714) 667-8800
albert rodnquez�ocpw ocpov com
City of Compton
205 S. Willowbrook Avenue
Compton, CA 90220
Contact: Brittany Duhn (310) 605-5505
bduhnnzandkconsuitants com
City of Huntington Beach
2000 Main Street
Huntington Beach, CA 92648
Contact: Joe Fuentes (714) 536-5259
Fuentesa�su_rf_c ty-hb.org
2020 Fall Pavement Rehabilitation Project
Contract Amount: $2,499,333.00
Start Date: 07/2020
End Date: 12/2020
Pavement Rehabilitation — Barton Road
Contract Amount: $768,677.00
Start Date: 04/2020
End Date: 12/2020
Granite Hill Drive Pavement Rehabilitation
Contract Amount: $999,777.00
Start Date: 04/2020
End Date: 10/2020
JOC Pavement Maintenance
Contract Amount: $2,584,747.69
Start Date: 07/2020
End Date: 08/2020
Annual Residential Street Rehabilitation —
Phase 1
Contract Amount: $5,295.068.00
Start Date: 05/2020
End Date: 11/2020
Arterial Rehabilitation of Graham St, Slater
Ave, Newland St and Atlanta Ave
Contract Amount: $5,181,955.00
Start Date: 05/2020
End Date. 11/2020
2020
PAST WORK REFERENCES
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Contact: Patricia Kharazmi (949) 6443344
pkharazmiC&newportbeachca qov
City of Westminster
8200 Westminster Boulevard
Westminster, CA 92683
Contact: Theresa Tran (714) 548-3460
ttran@westminster ca goy
Crescenta Valley Water District
2700 Foothill Boulevard
La Crescenta-Montrose, CA 91214
Contact: Brook Yared (818) 236-4117
bvaredOa cvwd com
City of Alhambra
111 S. 1 st Street
Alhambra, CA 91801
Contact: Robert Bias (626) 580-5000
rbias(a)citvofalhambra orq
County of Ventura
800 S. Victoria Avenue, #1600
Ventura, CA 93009
Contact: Matt Maechler (805) 477-1911
matthew maechler(a?ventura orq
City of Camarillo
601 Carmen Drive
Camarillo, CA 93010
Contact: Thang Tran (805) 388-5345
ttran(drl7citvofcamarillo oi_q
Cameo Highlands Street Reconstruction
Contract Amount: $2,425,694.00
Start Date: 07/2020
End Time: 11/2020
Citywide Overlay Street Improvements
Contract Amount: $1,131,621
Start Date: 02/2020
End Date: 06/2020
Final Paving of Pennsylvania Ave
Contract Amount: $82.620.00
Start Date: 02/2020
End Date: 04/2020
2020 HUD Street Improvements Project
Contract Amount: $300,433.00
Start Date: 06/2020
End Date: 10/2020
Yerba Buena Rd. (South) Pavement
Resurfacing
Contract Amount: $2,298,467.40
Start Date: 03/2020
End Date: 06/2020
Earl Joseph Drive Paving
Contract Amount: $681.901.50
Start Date: 06/2020
End Date: 07/2020
2019
PAST WORK REFERENCES
City of Simi Valley
2929 Tapo Canyon Rd.
Simi Valley, CA 93063
Contact: Sarah Sheshebor (805)583-6792
ssheshebasimivalley org
County of Ventura
501 Poli Street
Ventura, CA 93001
Contact: Christopher Solis (805) 654-2054
Chris sohs(aDventura orq
City of Stanton
7800 Katella Avenue
Stanton, CA. 90680
Contact: Guillermo Perez (714) 890-4204
gperez(&ci.stanton.ca us
City of Compton
205 S. Willowbrook Avenue
Compton, CA. 90220
Contact: John Strictland (310) 605-5505
stnctland(�comptoncity ora
City of San Clemente
910 Calle Negocio
San Clemente, CA. 92673
Contact: Darra Koger (949) 361-3138
kogerD(d)san-clemente orq
City of South Gate
8650 California Avenue
South Gate, CA. 90280
Contact: John Rico (323) 563-9594
Lr co(Zsogate orq
Simi Valley Minor Street Rehabilitation
Contract Amount: $510,124.25
Start Date: 07/2019
End Date. 08/2019
Yerba Buena Area Resurfacing Project
Contract Amount: $3,919,808.95
Start Date: 06/2019
End Date: 12/2019
2019 Citywide Street Resurfacing
Contract Amount: $1,206,869.00
Start Date: 10/2019
End Date: 12/2019
Road Repair Service (Pothole Repair)
Contract Amount: $1,019,100.00
Start Date: 08/2019
End Date: 11/2019
Street Rehabilitation for S. Avenue LA
Esperanza
Contract Amount: $384,055.00
Start Date: 09/2019
End Date: 10/2019
Circle Park Driveway Project
Contract Amount: $268,576.00
Start Date: 06/2019
End Date: 09/2019
2019
PAST WORK REFERENCES
City of Chino
13220 Central Ave.
Chino, CA. 91710
Contact: Dustin Postovoit (909) 334-3415
apostovoitacityofchino org
City of Lancaster
44933 Fern Avenue
Lancaster, CA. 93534
Contact: Greg Wilson (661) 570-8003
gwilson,,citvoflancasterca org
City of Colton
650 N. La Cadena Dr.
Colton, CA. 92324
Contact: Victor Ortiz (909) 370-5099
vortiz a coltonca.gov
City of Cathedral City
68700 Ave Lalo Guerrero
Cathedral City, CA. 92234
Contact: John A. Corella (760) 770-0349
Icorellaacathedralcity. gov
City of San Clemente
910 Calle Negocio
San Clemente, CA. 92673
Contact: Gary Voborsky (949) 361-6132
voborskyg(a)san-clemente org
Slurry Seal Maintenance Work
Contract Amount: $372,805.00
Start Date: 1/2019
End Date: 12/2019
2018 Pavement Management Program
Contract Amount: $2.720,103.65
Start Date: 3/2019
End Date: 12/2019
FY 18-19 Asphalt Paving Project
Contract Amount: $1.377,700.00
Start Date: 3/2019
End Date: 11/2019
Ortega Road Widening
Contract Amount: $459.998.00
Start Date: 2/2019
End Date: 12/2019
Arterial Street Pavement Maintenance
Contract Amount: $1.187,187.00
Start Date: 3/2019
End Date: 7/2019
2019
PAST WORK REFERENCES
Pardee Homes
1250 Corona Pointe Court, Ste. 600
Corona, CA. 92879
Contact: Nick Lasher (951) 428-4442
nick. lasherepardeehomes. com
City of Fontana
8353 Sierra Avenue
Fontana, CA. 92335
Contact: Kimberly Young (909) 350-7632
kvoungta'�.fontana. orq
DR Horton
2280 Wardlow Circle Ste. 100
Corona, CA. 92880
Contact: Keith Alex (951) 830-5872
kalex(&drhorton.com
Irvine Community Development Company
550 Newport Center Dr. Ste. 550 B2
Newport Beach, CA. 92660
Contact: Mike Morse (949) 720-2560
City of Downey
11111 Brookshire Avenue
Downey, CA. 90241
Contact: Desi Gutierrez, (562) 904-7110
dgutierr(cD-downeyca. orq
Railroad Canyon Widening
Contract Amount: $5,062,746.00
Start Date: 11/2018
End Time: 08/2019
Citrus Avenue Improvements
Contract Amount: $502,730.00
Start Date: 08/2018
End Date: 10/2019
Singlton Road
Contract Amount: $1,684,000.00
Start Date: 07/2018
End Date: 12/2019
Portola Springs PA -6 Enclave 5B Phase1, 2
Contract Amount: $2,055,055.00
Start Date: 09/2018
End Date: 12/2019
FY 18/19 Slurry Seal Project
Contract Amount: $313,425.87
Start Date: 06/2019
End Date: 12/2019
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of Riverside )
Edward J. Carlson being first duly sworn, deposes and says that he or she is
Vice President of All American Asphalt the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party
making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham
bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly
or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,
or to secure any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct.
All American Asphalt
Bidder Authorized Signature/Title
Edward J. Carlson, Vice President
Subscribed and sworn to (or affirmed) before me on this day of 2021
by _ , proved to me on the basis of
satisfactory evidence to be the per o appeared before me.
I certify under PENA YQF_PEI�JURY under the laws of the State of California that the foregoing
paragraph is true and ' sect.
[SEAL]
14
Notary Public
My Commission Expires:
CALIFORNIA JURAT GOV CODE § 8202
A notare public or other officer completing this certificate verifies onh the identit\ of the individual who sighed the
document to which this certificate is attached. and not the truthfulness. accuracp. or validity ol'that document.
State of California
County of Riverside
r KENONA NAZARI
Notary Pubtk • Csltfornia
Riverside County
Commission N Jan 10,1
—10MAY Comm. Expires Jan t0, 1024
Place Notary Seal Above
Subscribed and sworn to (or affirmed) before
me on this 28th day of July 2021,
Date Month
By (1) Edward J. Carlson
Name of Signer
Proved to me on the basis of satisfactory evidence
be the person who appeared before me
(and
(2)
Name of Signer
Proved to me on the basis of satisfactory evidence
be the person who appeared before me.)
SignatureSignature of of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove
valuable to person relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Further Description of Any Attached Document
Title or Type of Document Non -Collusion Affidavit
Document Date: 07-28-2021 Number of Pages: 1
Signer(s) Other Than Named Above: None
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
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 Broker Surety
777 S. Figueroa St. #3900, Los Angeles, CA 90017
David Wei 213-270-0600
Millennium Corporate Solutions Agency
5530 Trabuco Rd.
Irvine, CA 92620
Rebecca Haas -Bates (949) 679-7116
15
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
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.
Current
Record
Record
Record Record
Record
Year of
for
for
for for
for
Record
2020
2019
2018 2017
2016
Total
2021
No. of contracts
202
933
1051
1146
';1174
1052
6489
Total dollar
Amount ofj
Contracts (in
46,823
261,406
287,961
331,665
301,53
60,428
1,749,235:
Thousands of $
No. of fatalities
10
!
0
0
1
0
0
1
No. of lost
Workday Cases
0
19
12
16
16
18
97
No. of lost
workday cases
involving
0
p
0
0
0
permanent
I
0
0
transfer to
!
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
`;\LL AN1L-I I�_,1N Al 1)11,ALI
�iLL AJN1ERICAN AGGREUATE
ALL AMERICAN
ASPHALT
To whom it may concern,
On May 3, 2018, an All American Asphalt employee was struck and killed by a piece of heavy equipment
on a fob site in Encino, CA. Immediately after the incident, safety meetings were held on all construction
crews in order to retrain employees on safe practices when working in the vicinity of heavy equipment.
Topics covered included communication with operators, planning work so that employees are not close
to equipment, never working in equipment blind spots, and the importance of situational awareness. All
equipment is checked daily for safety defects. Employees are encouraged to speak up about safety
concerns and to help each other work in the safest manner possible. Safety is a core value of All
American Asphalt.
Signed,
C
David Pease
Consultant
1
Il
Legal Business Name of Bidder
Business Address:
Business Tel. No.:
State Contractor's License No. and
Classification:
All American Asphalt _
400 East Sixth Street. Corona, CA 92879
951-736-7600
267073 A, C-12
Title Corporation
The above information was compiled from the records that are available to me at this time
and I declare under penalty of perjury that the information is true and accurate within the
limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
,2
Carlson, Vice President
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of
the corporation. All must be acknowledged before a Notary Public, who must certify that
such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
17
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notan Public or other od•dicer completing this certificate %critics oil I% the identity of the indiN ideal Mho signed the
idocument to which this ccrtilicate is attached and not the tnithfillness act•nravv nr valido orthat rincnmcnt
State of California
County of Riverside
On July 28, 2021 before me, Kenona Nazari Notary Public
Dale Here Insert name and Title of the Officer
Personally appeared Edward J. Carlson
NameM of SignerW,
��%...,' • KENONA NAZARI
t - Notary Public • California
+, Riverside County
r... Commission N 2318601
My Comm Expires Jen 10 2024
11
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/sheAthey executed the same in
his/heF4heir authorized capacity(ies), and that by his/her -/their
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my han"nd official seal.
Signature Y '4�_ v
Place Notary Seal Above Signature of Notary Public
OPTIONAL /
Though the information below is not required by law. It may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document City of Newport Beach— Proposal Signature Page
Document Date: July 28, 2021 Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Edward J. Carlson
r- Individual
X Corporate Officer — Title(s): Vice President
ij Partner c Limited General
Attorney in Fact
Trustee "T_b
Other:
Signer is Representing:
Signer's Name
= Individual
Corporate Officer —Title(s): _
El Partner Limited t::: General
Attorney in Fact
Trustee
r_: Other
Signer is Representing:
ALL. AM[-'P,,ICAN
ALL AmFRICAN AGGPF6,AT'F-s
ALL AMERICAN
ASPHALT
I VT I Pr I % i I I( ;1 F
CORPORATE —RESOLUTION
Resolved, that this Corporation, All American Asphalt, on July 22, 2021, authorizes
Edward J. Carlson to execute contracts and agreements on behalf of the Company in
the capacity of President from Friday July 23, 2021 through Friday July 30, 2021.
Mark Luer Michael Farkas
President Secretary
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name All American Asphalt
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
Addendum No. Date Received Signature
NIA
I
18
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation: Corporation
Business Address: 400 East Sixth Street, Corona, CA 92879
Telephone and Fax Number: 951-736-7600
California State Contractor's License No. and Class: 267073 A, C-12
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 01/19/71 Expiration Date: 01/31/2022
List the name and title/position of the person(s) who inspected for your firm the site of the
work proposed in these contract documents:
Kim Bird, Project Manager
The following are the names, titles, addresses, and phone numbers of all individuals, firm
members, partners, joint ventures, and company or corporate officers having a principal
interest in this proposal:
Name Title Address Telephone
Mark Luer, President 400 East Sixth Street, Corona, CA 92879 951-736-7600
Edward J. Carlson, Vice President 400 East Sixth Street, Corona, CA 92879 951-736-7600
Michael Farkas, Secretary 400 East Sixth Street, Corona, CA 92879 951-736-7600
Corporation organized under the laws of the State of California
19
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
N/A
All company, corporate, or fictitious business names used by any principal having interest
in this proposal are as follows:
N/A
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
N/A
Briefly summarize the parties' claims and defenses;
N/A
Have you ever had a contract terminated by the owner/agency? If so, explain.
N/A
Have you ever failed to complete a project? If so, explain.
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor compliance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes /MO
20
Are any claims or actions unresolved or outstanding? Yes MN
If yes to any of the above, explain. (Attach additional sheets, if necessary)
N/A
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
Mark Luer, President
(Print name of Owner or President
of Corporation/Company)
All American Asphalt
Bidder Authorized Signature(Title
Edward J. Carlson, Vice President
Title
L2 V 1-2
Date
On before me, , Notary Public, personally appeared
, who proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his her/their authorized capacity(ies), and that
by his/her/their signature(s) on the instrument the person(s), o the a pon behalf of which the person(s)
acted, executed the instrument. l _
I certify under PENALTY OF PERJURI Y,,dn e laws of the State of California that the foregoing
paragraph is true and correct. j
WITNESS my
Notary PuWitlin and for said State
My Commission Expires:
21
(SEAL)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
III
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
dficumu
ent , uitich Ili is cortilwato is attached and not tlu- In ifhriiInes s ,trcitrn•s nr v;IIiflit\ nrth,tt dtn•tIll onl
State of California
County of Riverside
On July 28, 2021 before me, Kenona Nazari, Notary Public
Date Here Insert name and Tdle of the Officer
personally appeared Edward J. Carlson _
Name(sfof SigneFfsr
who proved to me on the basis of satisfactory evidence to be the
person(s) whose names) is/are subscribed to the within instrument
and acknowledged to me that he/sbeftay executed the same in
his/heNtheir authorized capacity(ies), and that by his/hef/ttaeic
signature(s) on the instrument the person(&), or the entity upon behalf
of which the person(s) acted, executed the instrument.
y KENCINA NAZARl
J - Notary Public • Calif
I certify under PENALTY OF PERJURY under the laws of the State of
Riverside County California that the forgoing is true and correct.
Commissfon,tl23i860t 9 9
' ' a "� My Comm. Expires Jan 10, 1024
WITNESS my hand and official seal.
Signature % _��
ry Publi
Place Notary Seal Above Signature of Notac
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 City of Newport Beach— Information of Bidder
Document Date: July 28, 2021 Number of Pages: 3
Signer(s) Other Than Named Above: None
Capacity(ies) Claimed by Signer(&)
Signer's Name: Edward J. Carlson Signer's Name:
Individual , Individual
X Corporate Officer — Title(s): Vice President
Partner i Limited r General
Attorney in Fact
c Trustee Top of Ihumo here
Other:
Signer is Representing:
Corporate Officer — Title(s): _
Partner , Limited _, General
Attorney in Fact
Trustee
L Other
Signer is Representing:
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract Documents.
Bidders are advised to review their content with bonding, insuring and legal agents prior to
submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required
by the Contract documents and delivered to the Public Works Department within ten (10)
working days after the date shown on the Notification of Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by the
Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the
insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed
will not be issued until all contract documents have been received and approved by the City.
22
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. 7889-3
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 24th day
of August, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and ALL AMERICAN ASPHALT
, a California corporation ("Contractor"), whose address is 400 East 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: removing and
replacing 12 linear feet of concrete curb and gutter, removing and replacing in full
depth street asphalt within work limits; removing two -inches (2") of existing street
asphalt by grinding and replacing with Conventional Asphalt Concrete; removing
and replacing asphalt concrete; removing and recompacting sub grade to 90%
relative density; removing and replacing all street markers, striping, and painting;
adjusting existing manhole rings, frames, and covers to finished grade; and re-
establishing survey monuments (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:
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. 7889-3, Standard
Specifications for Public Works Construction (current adopted edition and all
supplements), and this Contract, and all modifications and amendments thereto
(collectively the "Contract Documents"), all of which are incorporated herein by reference.
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
2. SCOPE OF WORK
Contractor shall perform everything required to be performed, and shall provide
and furnish all the labor, materials, necessary tools, expendable equipment and all utility
and transportation services required for the Project. All of the Work to be performed and
materials to be furnished shall be in strict accordance with the provisions of the Contract
Documents. Contractor is required to perform all activities, at no extra cost to City, which
are reasonably inferable from the Contract Documents as being necessary to produce
the intended results.
3. COMPENSATION
3.1 As full compensation for the performance and completion of the Project as
required by the Contract Documents, City shall pay to Contractor and Contractor accepts
as full payment the sum of One Hundred Ninety Six Thousand Six Hundred Ninety
One Dollars ($196,691.00).
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 Kim Bird to be its Project Manager.
Contractor shall not remove or reassign the Project Manager without the prior written
consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public Works
Director, or designee, shall be the Project Administrator and shall have the authority to
act for City under this Contract. The Project Administrator or designee shall represent
City in all matters pertaining to the Work to be rendered pursuant to this Contract.
6. NOTICE OF CLAIMS
6.1 Unless a shorter time is specified elsewhere in this Contract, before making
its final request for payment under the Contract Documents, Contractor shall submit to
All American Asphalt Page 2
City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment. The Contractor and City expressly agree that in addition to all claims filing
requirements set forth in the Contract and Contract Documents, Contractor shall be
required to file any claim Contractor may have against City in strict conformance with the
Government Claims Act (Government Code 900 et seq.).
6.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to follow
the dispute resolution process set forth therein. Any part of such "Claim" remaining in
dispute after completion of the dispute resolution process provided for in Public Contract
Code section 9204 or any successor statute thereto shall be subject to the Government
Claims Act requirements requiring Contractor to file a claim in strict conformance with the
Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined
in Public Contract Code section 9204 or any successor statute thereto, Contractor shall
be required to file such claim with the City in strict conformance with the Government
Claims Act (Government Code sections 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing, and
conclusively shall be deemed served when delivered personally, or on the third business
day after the deposit thereof in the United States mail, postage prepaid, first-class mail,
addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attention: Public Works Director
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
All American Asphalt Page 3
7.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attention: Mark Luer
All American Asphalt
400 East Sixth Street
Corona, CA 92879
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Work, provided that Contractor is in compliance with the terms of this Contract. Anything
in this Contract that may appear to give City the right to direct Contractor as to the details
of the performance or to exercise a measure of control over Contractor shall mean only
that Contractor shall follow the desires of City with respect to the results of the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract both of the following: (1) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
this Contract in the form attached as Exhibit B and incorporated herein by reference; and
(2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%)
of the total amount to be paid Contractor as set forth in this Contract and in the form
attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the
State of California.
All American Asphalt Page 4
10. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
11. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Contract or for other periods as specified in the Contract Documents, policies of
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Contract, the services to be provided
under this Contract shall not be assigned, transferred contracted or subcontracted out
without the prior written approval of City. Any of the following shall be construed as an
assignment: The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Contractor, or of the interest of any general partner or joint
venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture
or syndicate or co -tenancy, which shall result in changing the control of Contractor.
Control means fifty percent (50%) or more of the voting power or twenty-five percent
(25%) or more of the assets of the corporation, partnership or joint -venture.
14. PREVAILING WAGES
In accordance with the California Labor Code (Sections 1770 et seq.), the Director
of Industrial Relations has ascertained the general prevailing rate of per diem wages in
the locality in which the work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the contract. A copy of said determination is
available by calling the prevailing wage hotline number (415) 703-4774, and requesting
one from the Department of Industrial Relations. All parties to the contract shall be
governed by all provisions of the California Labor Code — including, but not limited to, the
requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the
prevailing wage rates shall be posted by the Contractor at the job site.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractor's Proposal and are attached as part of the Contract
All American Asphalt Page 5
Documents. Contractor shall be fully responsible to City for all acts and omissions of any
subcontractors. Nothing in this Contract shall create any contractual relationship between
City and subcontractor, nor shall it create any obligation on the part of City to pay or to
see to the payment of any monies due to any such subcontractor other than as otherwise
required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City.
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 City and its elected or appointed officers, agents, officials, employees and
volunteers shall not be responsible in any manner for any loss or damage to any of the
materials or other things used or employed in performing the Project or for injury to or
death of any person as a result of Contractor's performance of the Work required
hereunder, or for damage to property from any cause arising from the performance of the
Project by Contractor, or its subcontractors, or its workers, or anyone employed by either
of them.
16.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's Work on the Project, or the Work
of any subcontractor or supplier selected by Contractor.
16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its elected or appointed officers, agents, officials, employees and
volunteers (collectively, the "Indemnified Parties") from and against any and all claims
(including, without limitation, claims for bodily injury, death or damage to property),
demands, obligations, damages, actions, causes of action, suits, losses, judgments,
fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys'
fees, disbursements and court costs) of every kind and nature whatsoever (individually,
a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or
indirectly) to any breach of the terms and conditions of this Contract, any Work performed
or Services provided under this Contract including, without limitation, defects in
workmanship or materials or Contractor's presence or activities conducted on the Project
(including the negligent, reckless, and/or willful acts, errors and/or omissions of
Contractor, its principals, officers, agents, employees, vendors, suppliers,
subconsultants, subcontractors, anyone employed directly or indirectly by any of them or
for whose acts they may be liable for any or all of them).
16.4 Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the sole
negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall
be construed as authorizing any award of attorneys' fees in any action on or to enforce
the terms of this Contract. This indemnity shall apply to all claims and liability regardless
All American Asphalt Page 6
of whether any insurance policies are applicable. The policy limits do not act as a
limitation upon the amount of indemnification to be provided by Contractor.
16.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original condition
and former usefulness as soon as possible, and to protect public and private property.
Contractor shall be liable for any private or public property damaged during the
performance of the Project Work.
16.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Contract as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
16.7 Nothing in this Section or any other portion of the Contract Documents shall
be construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for above.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 The Contractor shall only commence work covered by a change order after
the change order is executed and notification to proceed has been provided by the City.
17.3 There shall be no change in the Contractor's members of the project team,
as listed in the approved proposal, which is a part of this contract without prior written
approval by the City.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Contract, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Contract by City. Contractor shall
indemnify and hold harmless City for any and all claims for damages resulting from
Contractor's violation of this Section.
All American Asphalt Page 7
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the provisions
of this Contract at the time and in the manner required, that party shall be deemed in
default in the performance of this Contract. If such default is not cured within a period of
two (2) calendar days, or if more than two (2) calendar days are reasonably required to
cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting party
written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days' prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs incurred
up to the effective date of termination for which Contractor has not been previously paid.
On the effective date of termination, Contractor shall deliver to City all materials
purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
20.4 Conflicts or Inconsistencies.
inconsistencies between this Contract and
terms of this Contract shall govern.
In the event there are any conflicts or
any other attachments attached hereto, the
20.5 Interpretation. The terms of this Contract shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of the Contract or any other rule of construction which
might otherwise apply.
All American Asphalt Page 8
20.6 Amendments. This Contract may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City
Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall govern
this Contract and all matters relating to it and any action brought relating to this Contract
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
20.10 No Attorney's Fees. In the event of any dispute or legal action arising under
this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Contract and all other Contract Documents by Contractor is a
representation that Contractor has visited the Project site, has become familiar with the
local conditions under which the Work is to be performed, and has correlated all relevant
observations with the requirements of the Contract Documents.
22. WAIVER
A waiver by City or any term, covenant, or condition in the Contract Documents
shall not be deemed to be a waiver of any subsequent breach of the same or any other
term, covenant or condition.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct and
are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
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 OF NEWPORT BEACH,
CITY ATTOR EY'S OFFICE a California munici Dal corporation
Date: 3 Zi Date: -o' I
By: By:
on C.rp ��u'• Br A ry
ity Attor e Ma
ATTEST:
Date: R. . Ia,t
By: o�:�G'i% o
Leilani I. Brown
City Clerk
CONTRACTOR: All American Asphalt, a
California corporation
Date:
Signed in Counterpart
By:
Mark Luer
President
Date:
By:
Signed in Counterpart
Michael Farkas
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
All American Asphalt Page 10
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTOR EY'S OFFICE
Date: 3
By:
on C. rp g-31>' �
ity Attor e
ATTEST:
Date:
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Brad Avery
Mayor
CONTRACTOR: All American Asphalt, a
California corpo ation
Date:e� /
7
B'
Mark Luer
President
Date:
By:
Michael Farkas
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
All American Asphalt Page 10
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfidness. accuracv. or validity of that document_
State of California
County of Riverside
on September 13, 2021 before me, Kenona Nazari, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Mark Luer and Michael Farkas
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/their executed the same in
#is�their authorized capacity(ies), and that by h*,;Iher-/their
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
�5,.,; °� Thi KENONA NAZARI
tom` Notary Public - California Z I certify under PENALTY OF PERJURY under the laws of the State of
Riverside County s; California that the forgoing paragraph is true and correct.
�° Commission # 2318601
`'r� ""�� My Comm. Expires Jan 10, 2024
WITNESS mChd d official seal.
Signature :y
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Contract No. 7889-3 Signature Page — City of Newport Beach
Document Date: September 9, 2021 Number of Pages: 1
Signer(s) Other Than Named Above: None
Capacity(ies) Claimed by Signer(s)
Signer's Name: Mark Luer Signer's Name: Michael Farkas
❑ Individual ❑ Individual
X Corporate Officer — Title(s): President
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
All American Asphalt
X Corporate Officer — Title(s): Secretary
❑ Partner ❑ ❑ Limited ❑ General RIGHT THUMBPRIIN
❑ Attorney in Fact OF SIGNER
❑ Trustee Top or thumb here
❑ Other:
Signer is Representing:
Premium is included in the performance bond
Executed in: 2 Counterparts
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 7666691
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt hereinafter designated as the "Principal," a contract for removing and
replacing 12 linear feet of concrete curb and gutter, removing and replacing in full depth
street asphalt within work limits; removing two -inches (2") of existing street asphalt by
grinding and replacing with Conventional Asphalt Concrete; removing and replacing
asphalt concrete; removing and recompacting sub grade to 90% relative density;
removing and replacing all street markers, striping, and painting; adjusting existing
manhole rings, frames, and covers to finished grade; and re-establishing survey
monuments 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 One
Hundred Ninety Six Thousand Six Hundred Ninety One Dollars ($196,691.00) 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
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.
All American Asphalt Page A-1
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 10th day of September _, 20 21
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
777 S. Figueroa Street, Suite 3900 Los Angeles CA 90017
Address of Surety
(213) 270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTQPyNEY'S OFFICE
Date:
y:
A on C. a L
City Attorney
Authorized Si ture/Title
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -0- f act
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
r
All American Asphalt Page A-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulnes.e_ accuracy or validity of that dneument.
State of California
County of
Riverside
On September 13, 2021 before me, Kenona Nazari, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Edward J. Carlson
NamgW-of Signerys}
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/s4eA4,ey executed the same in
his/he4the4 authorized capacity(ies), and that by his/he4t4e#
signature(&) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
�51-"„°� 1E KENCINA NAZARI
a Notary Public - California I certify under PENALTY OF PERJURY under the laws of the State of
Riverside County
Commission k 2318601 California that the forgoing paragraph is true and correct.
•`
`'r "� My Comm. Expires Jan 10, 2024
.r�.� WITNESS my han and official seal.
Signature
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Labor and Materials Payment Bond — City of Newport Beach
Document Date: September 10, 2021 Number of Pages: 5
Signer(&) Other Than Named Above: Rebecca Haas -Bates Attorney -in -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Edward J. Carlson
❑ Individual
X Corporate Officer — Title(s): Vice President
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
Signer's Name:
❑ Individual
❑ Corporate Officer —
❑ Partner ❑ ❑ Limit ❑ General
❑ Attorney in Fa
❑ Trustee
❑ Other:
Signer is Representing:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
"Please See Attached"
State of California
County of 3 ss.
On , 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of }ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
All American Asphalt Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
Anotary 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 09/10/2021 before me, Liliana Gomez, Notary Public
Date
personally appeared Rebecca Haas -Bates
Here Insert Name and Title of the Officer
NameKof SignerN
who proved to me on the basis of satisfactory evidence to be the person(* whose name(6. is/are
subscribed to the within instrument and acknowledged to me that #e/she/they executed the same in
leis/herMiei,r authorized capacity(, and that by his/her/their signatureZ.on the instrument the person(,•
or the entity upon behalf of which the person(s), acted, executed the instrument.
LILIANA GOMEZ
Notary Public - California
Orange County v
Commission # 2243326
My Comm. Expires May 20, 2022 '�
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature waizm
b�
Signature o`f Notary PubIV
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 7666691 Document Date: 09/10/2021
Number of Pages: Three 3 Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited F
.1 General
❑ Individual W Attorney in Fact
Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — i J Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
{'ri4'✓l,`✓ '✓.VG'Li•ri4� .y .ems - y.vi-ys• •1 •��.. _
VVI
• • • • • • 611 'HY (1 -800-=876-61 •1
PRF7666691
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 Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Robert D. Murray, 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 Rebecca Haas -Bates
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 loth day of September A.D. 2021
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
l3P: Robert D. Murray
Vice President
�A-szbtil?,___ .
By: Dawn E. Brown
Secreiaty
State of Maryland
County of Baltimore
On this 10th day of September A.D. 2021 , before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, Robert D. Murray, 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.
,owl
n
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2023
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. 7666691
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 777.00 , being at the
rate of $ 3.95 thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt hereinafter designated as the "Principal," a contract for removing and
replacing 12 linear feet of concrete curb and gutter, removing and replacing in full depth
street asphalt within work limits; removing two -inches (2") of existing street asphalt by
grinding and replacing with Conventional Asphalt Concrete; removing and replacing
asphalt concrete; removing and recompacting sub grade to 90% relative density;
removing and replacing all street markers, striping, and painting; adjusting existing
manhole rings, frames, and covers to finished grade; and re-establishing survey
monuments 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 One
Hundred Ninety Six Thousand Six Hundred Ninety One Dollars ($196,691.00) 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.
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
All American Asphalt Page B-1
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 10th day of September ,2021
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017
Address of Surety
(213) 270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTOREY' OFFICE
Date: Z�
By: //-
-4Z7
on ar,�,,j
ity A o
t orize $ig� tures itlV<<< ; cb, —
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
All American Asphalt Page B-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the tnithfidnecs. accurnev. or validity of that document_
State of California
County of
Riverside
On September 13, 2021 before me, Kenona Nazari, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Edward J. Carlson
Name( of SignerW
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/&he4h-eyexecuted the same in
his/her/theif authorized capacity(ies), and that by his/tier/their
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
KENONA NAZARI
Notary Public - California I certify under PENALTY OF PERJURY under the laws of the State of
Riverside County California that the forgoing paragraph is true and correct.
Commission # 2318601
`'� Few0 My Comm. Expires Jan 10, 2024
WITNESS my h d and official seal.
Signature
Place Notary Seal Above Signature of Notary Pub'
Or
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 _ Faithful Performance Bond — City of Newport Beach
Document Date: September 10, 2021 Number of Pages: 5
Signer(s) Other Than Named Above: Rebecca Haas -Bates Attorney -in -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Edward J. Carlson Signer's Name:
❑ Individual ❑ Individual
X Corporate Officer — Title(s): Vice President ❑ Corporate Officer — T' le(s):
❑ Partner ❑ ❑Limited ❑General ❑ Partner ❑ ❑ Limite ❑ General
❑ Attorney in Fact ❑ Attorney in FaPRINT
ct �RIGHT THUMBPRINT .
❑ Trustee Top of thumb here ❑ Trustee Top of thumb here
❑ Other: ❑ Other:
Signer is Representing:
Signer is Representing:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
"Please See Attached"
State of California
County of t ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
(seal)
State of California
County of I 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 hislheritheir 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.
1 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)
esar
All American Asphalt Page B-3
CALIFORNIA♦ACKNOWLEOGMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 09/10/2021
Date
before me, Liliana Gomez, Notary Public
Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
NameKof Signer
who proved to me on the basis of satisfactory evidence to be the person(_} whose name( is/ axe
subscribed to the within instrument and acknowledged to me that 1ae/she/thea executed the same in
His/her/the r authorized capacity Imo, and that by hWher/their signature�4on the instrument the person(_),,
or the entity upon behalf of which the person(_). acted, executed the instrument.
. f LILIANA COME
Notary Public - Californias
`
My
Orange County
Commission k 2243326
Comm, Expires May 20, 2.022
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 offfficial seal.
Signature � A4
Signature of NotaryPub
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. 7666691 Document Date: 09/10/2021
Number of Pages: Three Q Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual W Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
❑ Corporate Officer — Title(s):
O Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
�'L6�J "✓ '✓i"S/G"✓ ✓ ' .d•'L 'G/ LS�C/t'P/4'!/i'•✓ ' S Gam,••✓•�.��.'✓ ✓/' Y/� J S
02014 National Notary Association - www.NationalNotary.org - 1 -800 -US NOTARY (1 -800-876-6827) Item 40t59wj
PRF7666691
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 Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Robert D. Murray, 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 Rebecca Haas -Bates
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 loth day of September A.D. 2021
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 10th day of September 'A.D. 2021 , before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, Robert D. Murray, 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, 1 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, 2023
1J�. W�,;z 1
p i
Ty
R� 8
iM �
1Wl �J
S,y
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 10th day of September 'A.D. 2021 , before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, Robert D. Murray, 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, 1 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, 2023
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Contract, policies of insurance of the type
and amounts described below and in a form satisfactory to City. Contractor agrees
to provide insurance in accordance with requirements set forth here. If Contractor
uses existing coverage to comply and that coverage does not meet these
requirements, Contractor agrees to amend, supplement or endorse the existing
coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for bodily
injury by disease in accordance with the laws of the State of California,
Section 3700 of the Labor Code. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation Insurance and
Employer's Liability Insurance in accordance with California law for all of the
subcontractor's employees. The insurer issuing the Workers'
Compensation insurance shall amend its policy by endorsement to waive
all rights of subrogation against City, its elected or appointed officers,
agents, officials, employees and volunteers.. Contractor shall submit to
City, along with the certificate of insurance, a Waiver of Subrogation
endorsement in favor of City, its elected or appointed officers, agents,
officials, employees and volunteers.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate and two
million dollars ($2,000,000) completed operations aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
All American Asphalt Page C-1
insured contract (including the tort liability of another assumed in a business
contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials, employees and
volunteers or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Contractor hereby waives its own right of
recovery against City, and shall require similar written express waivers and
insurance clauses from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials, employees and
volunteers shall be included as additional insureds under such policies.
C. Primary and Non Contributory. Contractor's insurance coverage shall be
primary insurance and/or the primary source of recovery with respect to
City, its elected or appointed officers, agents, officials, employees and
volunteers. Any insurance or self-insurance maintained by City shall be
excess of Contractor's insurance and shall not contribute with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days' notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
documents referenced in this Contract must be returned to City within ten
All American Asphalt Page C-2
(10) regular City business days after the date on the "Notification of Award".
Insurance certificates and endorsements must be approved by City's Risk
Manager prior to commencement of performance. Current certification of
insurance shall be kept on file with City at all times during the term of this
Contract. The certificates and endorsements for each insurance policy shall
be signed by a person authorized by that insurer to bind coverage on its
behalf. At least fifteen (15) days prior to the expiration of any such policy,
evidence of insurance showing that such insurance coverage has been
renewed or extended shall be filed with the City. If such coverage is
cancelled or reduced, Contractor shall, within ten (10) days after receipt of
written notice of such cancellation or reduction of coverage, file with the City
evidence of insurance showing that the required insurance has been
reinstated or has been provided through another insurance company or
companies. City reserves the right to require complete, certified copies of
all required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any time
during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
203804 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees
that any actual or alleged failure on the part of City to inform Contractor of
non-compliance with any requirement imposes no additional obligations on
City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage normally
provided by any insurance. Specific reference to a given coverage feature
is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
All American Asphalt Page C-3
entitled to coverage for higher limits maintained by the Contractor. Any
available proceeds in excess of specified minimum limits of insurance and
coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any
self-insured retentions on any portion of the insurance required herein and
further agrees that it will not allow any indemnifying party to self -insure its
obligations to City. If Contractor's existing coverage includes a self-insured
retention, the self-insured retention must be declared to City. City may
review options with Contractor, which may include reduction or elimination
of the self-insured retention, substitution of other coverage, or other
solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Contract, or to suspend Contractor's right to proceed until proper evidence
of insurance is provided. Any amounts paid by City shall, at City's sole
option, be deducted from amounts payable to Contractor or reimbursed by
Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Contractor's
performance under this Contract, and that involve or may involve coverage
under any of the required liability policies. City assumes no obligation or
liability by such notice, but has the right (but not the duty) to monitor the
handling of any such claim or claims if they are likely to involve City.
Coverage not Limited. All insurance coverage and limits provided by
Contractor and available or applicable to this Contract are intended to apply
to the full extent of the policies. Nothing contained in this Contract or any
other agreement relating to City or its operations limits the application of
such insurance coverage.
J. Coverage Renewal. Contractor will renew the coverage required here
annually as long as Contractor continues to provide any Work under this or
any other Contract or agreement with City. Contractor shall provide proof
that policies of insurance required herein expiring during the term of this
Contract have been renewed or replaced with other policies providing at
least the same coverage. Proof that such coverage has been ordered shall
be submitted prior to expiration. A coverage binder or letter from
Contractor's insurance agent to this effect is acceptable. A certificate of
insurance and/or additional insured endorsement as required in these
specifications applicable to the renewing or new coverage must be provided
to City with five (5) calendar days of the expiration of the coverages.
All American Asphalt Page C-4
K. Maintenance of General Liability Coverage. Contractor agrees to maintain
commercial general liability coverage for a period of ten (10) years after
completion of the Project or to obtain coverage for completed operations
liability for an equivalent period.
All American Asphalt Page C-5
City of Newport Beach
MISSION BAY DRIVE STREET IMPROVEMENTS
CONTRACT NO. C-7889-3
(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. 7889-3 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:
11-5� ?-- "
Date
951-736-76001951-736-7646
Bidder's Telephone and Fax Numbers
267073 A, C-12
All American Asphalt _
Bidder
Bidder's Authorized Signature and Title
Edward J. Carlson, Vice President
400 East Sixth Street, Corona, CA 92879
Bidder's License No(s). Bidder's Address
and Classification (s)
1000001051
DIR Registration Number
Bidder's email address: publicworks@allamericanasphalt.com
PR -1
Vendor Name All American Asphalt
Address PO Box 2229
Corona, California 92878
United States
Respondee Kim Bird
Respondee Title Project Manager
Phone 951-736-7600
Email publicworksC.allamericanasphait.com
Vendor Type CADIR
License # 267073
CADIR 1000001051
Bid Format
Electronic
Submitted
07/29/2021 9.39 AM (PDT)
Delivery Method
Bid Responsive
Bid Status
Submitted
Confirmation #
262024
File Title File Name File Type
Bid Bond C-7889-3 All American Asphalt pdf Bid Bond C-7889-3 All American Asphalt pdf Bid Bond
BID SUBMITTAL C-7889-3 ALL AMERICAN ASPHALT.pdf BID SUBMITTAL C-7889-3 ALL AMERICAN ASPHALT.pdf General Attachment
Showing 2 Subcontractors
Name & Address Desc
CL Surveying and Mapping Surveying
1269 Pomona Road, Suite 108
Corona, CA 92882
Corona, California 92882
Superior Pavement Markings Striping
5312 Cypress Street
Cypress, California 90630
License Num CADIR
LS 8231 1000007166
776306 1000001476
Amount Type
$4,240.00
$3,154.00
Discount Terms No Discount
Item 4 Item Code Type
Section I
Item Description
DOM
QTY
Unit Price
Line Total
Response
Comment
00
Section Title
hec r!o-
Grand Total
Line Total
$196-091 -0
$196,691.00
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
MISSION BAY DRIVE STREET IMPROVEMENTS
PROJECT NO. 21 R03
CONTRACT NO. 7889-3
PART 1 - GENERAL PROVISIONS
1
SECTION 1- TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1
1-2 TERMS AND DEFINITIONS 1
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
2-6 WORK TO BE DONE
2-9 SURVEYING
2-9.1 Permanent Survey Markers
2-9.2 Survey Service
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.2 Basis for Establishing Cost
3-3.2.2.3 Tool and Equipment Rental
3-3.2.3 Markup
3-3.2.3.1 Work by the Contractor
3-3.2.3.1 Work by a Subcontractor
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.1 General
4-1.3.4 Inspection and Testing
SECTION 5 - UTILITIES
5-1 LOCATION
5-1.1 General
5-2 PROTECTION
5-4 RELOCATION
5-7 ADJUSTMENTS TO GRADE
1
2
2
2
2
2
2
2
3
3
3
3
3
3
3
3
4
4
4
4
4
4
4
4
5
5
5
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6
6-1.1 Construction Schedule 6
6-7 TIME OF COMPLETION 6
6-7.1 General 6
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7
6-9 LIQUIDATED DAMAGES 7
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 8
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
8
7-1.2 Temporary Utility Services
8
7-2 LABOR
8
7-2.2 Prevailing Wages
8
7-7 COOPERATION AND COLLATERAL WORK
8
7-8 WORK SITE MAINTENANCE
9
7-8.4 Storage of Equipment and Materials
9
7-8.4.2 Storage in Public Streets
9
7-8.4.3 Storage of Equipment and Materials in Public Streets
9
7-8.6 Water Pollution Control
9
7-8.6.2 Best Management Practices (BMPs)
10
7-10 SAFETY
10
7-10.3 Haul Routes
10
7-10.4 Safety
10
7-10.4.1 Safety Orders
10
7-10.5 Security and Protective Devices
11
7-10.5.3 Steel Plate Covers
11
SECTION 9 - MEASUREMENT AND PAYMENT
11
9-2 LUMP SUM WORK
11
9-3 PAYMENT
11
9-3.1 General
11
PART 2 CONSTRUCTION MATERIALS
14
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
14
201-1 PORTLAND CEMENT CONCRETE
14
201-1.1.2 Concrete Specified by Class
14
201-2 REINFORCEMENT FOR CONCRETE
14
201-2.2.1 Reinforcing Steel
14
201-7 NON -MASONRY GROUT
14
201-7.2 Quick Setting Grout
14
SECTION 203 — BITUMINOUS MATERIALS
14
203-5 EMULSION -AGGREGATE SLURRY
14
203-5.2 Materials
14
203-5.3 Composition and Grading
15
203-6 ASPHALT CONCRETE
15
203-6.4 Asphalt Concrete Mixtures
15
203-6-4.3 Composition of Grading
15
SECTION 214 - TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 15
214-4 PAINT FOR STRIPING AND MARKINGS
15
214-4.1 General
15
214-6 PAVEMENT MARKERS
15
214-6.3 Non -Reflective Pavement Markers
15
214-6.3.1 General
15
214-6.4 Retroreflective Pavement Markers
16
214-6.4.1 General
16
PART 3 CONSTRUCTION METHODS 16
SECTION 300 - EARTHWORK
16
300-1 CLEARING AND GRUBBING
16
300-1.3.1 General
18
300-1.3.2 Requirements
18
300-1.5 Solid Waste Diversion
18
SECTION 302 - ROADWAY SURFACING
19
302-1 COLD MILLING OF EXISTING PAVEMENT
19
302-5 ASPHALT CONCRETE PAVEMENT
19
302-5.1 General
19
302-5.8 Manholes (and Other Structures)
20
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
20
302-6.7 Traffic and Use Provisions
20
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
20
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND
DRIVEWAYS
20
303-5.1 Requirements
20
303-5.1.1 General
20
303-5.4.1 General
20
303-5.5 Finishing
21
303-5.5.2 Curb
21
303-5.S.4 Gutter
21
SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS
21
314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 21
314-2.1 General 21
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 21
314-4.1 General 21
314-4.2 Control of Alignment and Layout 22
314-4.2.1 General 22
314-4.4 Thermoplastic Traffic Striping and Pavement Markings 22
314-4.4.1 General 22
314-4.4.2 Surface Preparation 22
314-5 PAVEMENT MARKERS 22
314-5.1 General 22
PART 6 — TEMPORARY TRAFFIC CONTROL 23
SECTION 600 - ACCESS
23
600-1 GENERAL
23
600-2 VEHICULAR ACCESS
23
600-3 PEDESTRIAN ACCESS
24
SECTION 601— WORK AREA TRAFFIC CONTROL
24
601-1 GENERAL
24
601-2 TRAFFIC CONTROL PLAN (TCP)
24
PROJECT NO. 21 R03
CONTRACT NO. 7889-3
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Plans (Drawing No. R -7010-S); (3) the City's
Standard Special Provisions and Standard Drawings for Public Works Construction,
(2004 Edition), including Supplements; (4) Standard Specifications for Public Works
Construction (2015 Edition), including supplements. The City's Design Criteria,
Standard Special Provisions and Standard Drawings for Public Works Construction are
available at the following website:
http://www. newportbeachca.gov/government/departments/public-works/resources
Copies of the Standard Specifications for Public Works Construction may be purchased
online at www_bnibooks.com/products/standard-specifications_public-works_construc ti on
or call 888-BNI BOOK (888-264-2665).
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1 - GENERAL PROVISIONS
SECTION 1- TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND
SYMBOLS
1-2 TERMS AND DEFINITIONS
Add the following definition:
City — City of Newport Beach
SECTION 2 - SCOPE AND CONTROL OF THE WORK
Page 1 of 25
!,O
CITY OF NEWPORT BEACH
; C70740
PUBLIC WORKS DEPARTMENT
Ex
V
SPECIAL PROVISIONSAU
MISSION BAY DRIVE STREET IMPROVEMENTS
PROJECT NO. 21 R03
CONTRACT NO. 7889-3
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Plans (Drawing No. R -7010-S); (3) the City's
Standard Special Provisions and Standard Drawings for Public Works Construction,
(2004 Edition), including Supplements; (4) Standard Specifications for Public Works
Construction (2015 Edition), including supplements. The City's Design Criteria,
Standard Special Provisions and Standard Drawings for Public Works Construction are
available at the following website:
http://www. newportbeachca.gov/government/departments/public-works/resources
Copies of the Standard Specifications for Public Works Construction may be purchased
online at www_bnibooks.com/products/standard-specifications_public-works_construc ti on
or call 888-BNI BOOK (888-264-2665).
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1 - GENERAL PROVISIONS
SECTION 1- TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND
SYMBOLS
1-2 TERMS AND DEFINITIONS
Add the following definition:
City — City of Newport Beach
SECTION 2 - SCOPE AND CONTROL OF THE WORK
Page 1 of 25
2-1 AWARD AND EXECUTION OF THE CONTRACT
At the time of the award and until completion of work, the Contractor shall possess a
Class A License. At the start of work and until completion of work, the Contractor and
all Sub -contractors shall possess a valid Business License issued by the City of
Newport Beach.
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
If there is a conflict or discrepancy between different Contract Documents, the more
stringent requirement as determined by the Engineer shall control.
2-6 WORK TO BE DONE
Add to this section, "The work necessary for the completion of this contract consists of
removing and replacing 12 linear feet of concrete curb and gutter, removing and
replacing in full depth street asphalt within work limits; removing 2" of existing street
asphalt by grinding and replacing with Conventional Asphalt Concrete; removing and
replacing asphalt concrete; removing and recompacting sub grade to 90% relative
density; removing and replacing all street markers, striping, and painting, adjusting
existing manhole rings, frames, and covers to finished grade, and re-establishing
survey monuments."
2-9 SURVEYING
2-9.1 Permanent Survey Markers
The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of
work, a list of controlling survey monuments which may be disturbed. The Contractor
shall:
a) set survey points outside the affected work area that reference and locate each
controlling survey monument that may be disturbed,
b) file a Corner Record or Record of Survey with the County Surveyor after setting
the survey points to be used for re-establishment of the disturbed controlling
survey monuments, and
c) file a Corner Record or Record of Survey with the County Surveyor after
reestablishment of the disturbed (permanent) controlling survey monuments.
Existing street centerline ties and property corner monuments are to be preserved. The
Contractor shall be responsible for the cost of restoring all survey ties and/or
monuments damaged by the Work."
2-9.2 Survey Service
Page 2 of 25
Delete this section and replace with the following: The Contractor's California Licensed
Land Surveyor shall utilize/follow the existing City survey records used for the project
design to provide all construction survey services that are required to construct the
improvements. The design surveyor for this project is Civiltec Engineering, Inc. and can
be contacted at (626) 357-0588. At a minimum, two (2) sets of cut -sheets for all areas
shall be included in the bid price and copies of each set shall be provided to the City
48 -hours in advance of any work.
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.2 Basis for Establishing Cost
3-3.2.2.3 Tool and Equipment Rental
Tool and equipment rental rates shall be based on the current Caltrans rental rates.
3-3.2.3 Markup
3-3.2.3.1 Work by the Contractor
The following percentages shall be added to the Contractor's costs and shall
constitute the markup for all overhead and profits:
1) Labor ............................................ 15
2) Materials ....................................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, one (1)
percent shall be added for compensation for bonding.
3-3.2.3.1 Work by a Subcontractor
Delete this section and replace with the following: When all or any part of the extra work
is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be
applied by the Subcontractor to the actual costs and shall constitute the markup for all
overhead and profit. An additional markup of five (5) percent of the total subcontracted
cost may be added by the Contractor.
To the sum of the costs and markups provided in this subsection, one (1) percent may
be added as compensation for bonding.
Page 3 of 25
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.1 General
All material and articles furnished by the Contractor shall be subject to rigid inspection,
and no material or article shall be used until it has been inspected and accepted by the
Engineer. The Contractor shall furnish the Engineer with full information as to the
progress of the work in its various parts and shall give the Engineer timely (48 -hours
minimum) notice of the Contractor's readiness for inspection. Submittals are required
for all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor.
4-1.3.4 Inspection and Testing
All material and articles furnished by the Contractor shall be subject to rigid inspection,
and no material or article shall be used in the work until it has been inspected and
accepted by the Engineer. The Contractor shall furnish the Engineer full information as
to the progress of the work in its various parts and shall give the Engineer timely (48 -
hours minimum) notice of the Contractor's readiness for inspection. Submittals are
required for all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor."
SECTION 5 - UTILITIES
5-1 LOCATION
5-1.1 General
The Contractor is responsible for, and shall at his or her expense, pothole all existing
utilities which may be affected by the work to verify points of connection and potential
conflicts. No segment of work shall begin until the contractor has potholed and verified
Page 4 of 25
points of connection and related connection material requirements, and coordinated the
final/existing layout of the laterals/pipeline with the Engineer, including adjustments due
to field conflicts with other utilities or structures above or below ground.
Within seven (7) calendar days after completion of the work or phase of work, the
Contractor shall remove all USA utility markings. Removal by sandblasting is not
allowed. Any surface damaged by the removal effort shall be repaired to its pre -
construction condition or better at the contractor's expense.
5-2 PROTECTION
Add the following: In the event that an existing pull or meter box or cover is damaged
by the Work and is not re -useable, the Contractor shall provide and install a new pull or
meter box or cover of identical type and size at no additional cost to the City.
5-4 RELOCATION
All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes
and survey monument boxes (collectively known as "utility boxes") which are affected
by the Work shall be replaced to finish grade with new utility boxes. During asphalt
paving operation, manholes within paving area shall be temporarily lowered and
covered. Upon completion of paving operation, manholes shall be permanently
adjusted to finish grade.
The Contractor will be required to contact Southern California Edison, The Gas
Company, cable television companies, telecommunication companies and any other
utility companies to have their existing utilities adjusted to finish grade. The Contractor
shall coordinate with each utility company for the adjustment of their facilities in
advance of work to avoid potential delays to the project schedule. The Contractor shall
provide the necessary survey control for all utility companies to adjust boxes and vaults
to the final grade. The Contractor will be required to coordinate with these companies
for inspection of the work.
5-7 ADJUSTMENTS TO GRADE
The Contractor shall adjust or replace to finish grade of City -owned water meter boxes,
water valve covers, sewer manholes, sewer cleanouts and survey monuments.
The Contractor will be required to contact Southern California Edison, The Gas
Company, AT&T Telephone, cable television, and any other utility facilities to have their
existing utilities adjusted to finish grade. The Contractor shall coordinate with each
utility company for the adjustment of their facilities in advance of work to avoid potential
delays to the Project Schedule.
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
Page 5 of 25
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Add to this section: The time of completion as specified in Section 6-7, shall commence
on the date of the `Notice to Proceed.
6-1.1 Construction Schedule
Add the following between the first and second paragraphs of this section:
No work shall begin until a "Notice to Proceed" has been issued, a pre -construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a construction schedule to the Engineer for
approval a minimum of five working days prior to the pre -construction meeting.
Schedule may be bar chart or CPM style.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until Contractor has exerted extra effort to meet the original schedule and has
demonstrated that the ability to maintain the approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from the overall time of
completion requirement, nor shall it be construed as the basis for payment of extra work
because additional personnel and equipment were required on the job."
Contractor shall update the schedule periodically or as directed by the Engineer to reflect
any delay or extension of time. In addition, Contractor shall prepare 2 -week look -ahead
schedules on a bi-weekly basis with detailed daily activities.
6-7 TIME OF COMPLETION
6-7.1 General
The Contractor shall complete all work under the Contract within 60 consecutive
working days after the date on the Notice to Proceed. The Contractor shall ensure the
availability and delivery of all material prior to the start of work. Unavailability of
material will not be sufficient reason to grant the Contractor an extension of time for 100
percent completion of work. Unless otherwise approved by the Engineer, construction
shall start on or before September 14, 2021.
Normal working hours are limited to 8:00 a.m. to 4:30 p.m., Monday through Friday.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., outside of the working hours.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 pm. to 6:30
p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working
outside the normal working hours must be made at least 72 hours in advance of the
desired time period. A separate request must be made for each work shift. The
Page 6 of 25
Engineer reserves the right to deny any or all such requests. Additionally, the
Contractor shall pay for supplemental inspection costs of $146 per hour when such time
periods are approved.
The following days are designated City holidays and are non -working days:
1. January 1st (New Year's Day)
2. Third Monday in January (Martin Luther King Day)
3. Third Monday in February (President's Day)
4. Last Monday in May (Memorial Day)
5. July 4th (Independence Day)
6. First Monday in September (Labor Day)
7. November 11th (Veterans Day)
8. Fourth Thursday and Friday in November (Thanksgiving and Friday after)
9. December 24th, (Christmas Eve)
10. December 25th (Christmas)
11. December 26th thru 30th (City Office Closure)
12. December 31 st (New Year's Eve)
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY
Prior to acceptance of work, the Contractor shall submit a full size set of plans to the
Engineer. Retention payment and bonds will not be released until the as -built plans are
reviewed and approved by the Engineer. A set of approved plans and specifications
shall be on the job site at all times. The Contractor shall maintain as -built drawings of all
work as the job progresses. A separate set of drawings shall be maintained for this
purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time
each progress payment is submitted. Any changes to the approved plans that have
been made with approval from the Engineer shall be documented on the as -built plans.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
If the holiday falls on a Sunday, the following Monday will be considered the holiday. If
the holiday falls on a Saturday, the Friday before will be considered the holiday.
6-9 LIQUIDATED DAMAGES
Revise sentence three to read: "For each consecutive working day after the time
specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the
City or have withheld from moneys due it, the daily sum of $1,000.00.
In addition to the specified overall contract time, an additional liquidated damage of
$1,000 for each consecutive calendar day will be assessed for not completing the
Page 7 of 25
temporary striping and tabbing and thermoplastic striping as described in Section 314-
4.1.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that the above liquidated damages
per day is the minimum value of the costs and actual damage caused by the failure of
the Contractor to complete the Work within the allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations."
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
7-1.2 Temporary Utility Services
Add to the end of this section: If the Contractor elects to use City water, he shall
arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of
the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly
charge for meter use, a charge for water usage and any repair charges for damage to
the meter.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, irrigation during maintenance
period for landscaping, etc.
City shall designate to the Contractor the location of the fire hydrant or other connection
acceptable for drawing of construction and temporary water. City reserves the right to
limit the location, times and rates of drawing of such water.
7-2 LABOR
7-2.2 Prevailing Wages
In accordance with California Labor Code Section 1720.9, hauling and delivery of
ready -mixed concrete for public works contracts are subject to prevailing wages.
7-7 COOPERATION AND COLLATERAL WORK
Add to this section: City forces will perform all shut downs of water facilities as required.
The Contractor shall give the City seven calendar days notice of the time he desires the
shutdown of water and/or sewer facilities to take place.
Page 8 of 25
A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00
p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will
be allowed. The Contractor will be responsible for completing all water connections
within the time period allowed. The times and dates of any utility to be shut down must
be coordinated with the Engineer. The City must approve any nighttime work in
advance. It is the Contractor's responsibility to notify the affected business and
residents of the upcoming water shutdown with a form provided by the Engineer at least
48 hours minimum in advance of the water shut down."
The Contractor shall provide and install new water meter and valve boxes. Existing
water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve
boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th
Street. The Contractor shall make arrangements for the delivery of salvaged materials
by contacting the City of Newport Beach Utilities Division at (949) 644-3011."
7-8 WORK SITE MAINTENANCE
7-8.4 Storage of Equipment and Materials
7-8.4.2 Storage in Public Streets
Construction materials and equipment may only be stored in streets, roads, or sidewalk
areas if approved by the Engineer in advance. It is the Contractor's responsibility to
obtain an area for the storage of equipment and materials. The Contractor shall
obtain the Engineer's approval of a site for storage of equipment and materials prior to
arranging for or delivering equipment and materials to the site. Prior to move -in, the
Contractor shall take photos of the laydown area. The Contractor shall restore the
laydown area to its pre -construction condition. The Engineer may require new base
and pavement if the pavement condition has been compromised during construction.
7-8.4.3 Storage of Equipment and Materials in Public Streets
Delete the first paragraph and add the following: Construction materials and equipment
may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in
advance. It is the Contractor's responsibility to obtain an area for the storage of
equipment and materials. The Contractor shall obtain the Engineer's approval of a
site for storage of equipment and materials prior to arranging for or delivering
equipment and materials to the site. Prior to move -in, the Contractor shall take photos
of the laydown area. The Contractor shall restore the laydown area to its pre -
construction condition. The Engineer may require new base and pavement if the
pavement condition has been compromised during construction.
7-8.6 Water Pollution Control
Add to this section, Surface runoff water, including all water used during sawcutting
operations, containing mud, silt or other deleterious material due to the construction of
this project shall be treated by filtration or retention in settling basin(s) sufficient to
Page 9 of 25
prevent such material from migrating into any catch basin, Newport Harbor, the beach,
or the ocean. The Contractor shall also comply with the Construction Runoff Guidance
Manual which is available for review at the Public Works Department or can be found
on the City's website at www.newportbeachca.gov/publicworks and clicking on permits,
then selecting the link Construction Runoff Guidance Manual. Additional information
can be found at www.cleanwaternewport.com."
7-8.6.2 Best Management Practices (BMPs)
Add to this section: The Contractor shall submit a Best Management Practice (BMP)
plan for containing any wastewater or storm water runoff from the project site including,
but not limited to the following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw -cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City of Newport
Beach will monitor the adjacent storm drains and streets for compliance. Failure of the
Contractor to follow BMP will result in immediate cleanup by City and back -charging the
Contractor for all costs plus 15 percent. The Contractor may also receive a separate
Administrative Citation per Section 14.36.030A23 of the City's Municipal Code.
7-10 SAFETY
7-10.3 Haul Routes
Haul routes shall be submitted to the Engineer for review and approval
7-10.4 Safety
7-10.4.1 Safety Orders
The Contractor shall be solely and completely responsible for conditions of the job -site,
including safety of all persons and property during performance of the work, and the
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."
Page 10 of 25
7-10.5 Security and Protective Devices
7-10.5.3 Steel Plate Covers
Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards.
In addition, steel plates on asphalt pavement shall be pinned and recessed flush with
existing pavement surface.
SECTION 9 - MEASUREMENT AND PAYMENT
9-2 LUMP SUM WORK
Contractor shall submit a detailed schedule of value for all lump sum bid items to the
Engineer within 15 days after award of contract.
9-3 PAYMENT
9-3.1 General
The unit and lump sum prices bid for each item of work shown on the proposal shall
include full compensation for furnishing the labor, materials, tools, and equipment and
doing all the work, including restoring all existing improvements, to complete the item of
work in place and no other compensation will be allowed thereafter. Payment for
incidental items of work not separately listed shall be included in the prices shown for
the other related items of work. The following items of work pertain to the bid items
included within the Proposal:
Item No. 1: Mobilization and Demobilization: Work under this item shall include
providing bonds, insurance and financing, establishing a field office, preparing the BMP
Plan and construction schedule, and all other related work as required by the Contract
Documents. It shall also include work to demobilize from the project site including but
not limited to site cleanup, removal of USA Markings and providing any required
documentation as noted in these Special Provisions.
Item No. 2: 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 also includes furnishing all labor, tools, equipment and materials necessary to
comply with the W.A.T.C.H. Manual, latest edition, and City requirements.
Item No. 3: SWPPP: Work under this item shall include, but not be limited to, all
labor, tools, equipment and material costs for retaining a QSD and QSP to develop,
amend and implement the SWPPP.
Page 11 of 25
Item No. 4: Surveying Services: Work under this item shall include, but not be
limited to, all labor, tools, equipment and material costs of surveying, establishing
horizontal and vertical controls, providing construction staking, establishing centerline
ties, adjusting survey monuments, filing pre- and post -construction corner records with
the county, reestablishing property corners disturbed by the work, preparing record of
survey, protecting and restoring existing monuments and other survey items as required
to complete the work in place.
Item No. 5: Remove and Construct New Curb and Gutter per STD 182 (Type A):
Work under this item shall include, but not be limited to, all labor, tools, equipment and
material costs for removing and disposing the existing concrete curb or curb and gutter,
grading and compacting subgrade, constructing concrete curb, constructing asphalt
concrete slot paving adjacent to curb, restoring all existing improvements damaged by
the work, and all other work items as required to complete the work in place. Gutter
width shall be per the plans.
Item No. 6: 2 -Inch Thick Conventional Asphalt Overlay: Work under this item
shall include, but not be limited to, all labor, tools, equipment and material costs for
applying a tack coat, spreading and compacting the asphalt concrete finish course and
all other work items as required to complete the work in place. AC shall be resurfaced
with a two-inch cap and resurfaced to join flush with existing street pavement finish
surface. Prior to replacing the AC cap, all surfaces where new AC will be placed again
shall be tack coated with SS1 H.
Item No. 7: 2 -Inch Thick Cold Mill Existing Pavement: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for 2 -inch
thick cold milling the asphalt concrete pavement, constructing temporary asphalt
concrete ramps along milled edges, hauling and disposing the milled material offsite,
and all other work items as required to complete the work in place.
Item No. 8: 4 -Inch Thick Cold Mill Existing Pavement: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for 4 -inch
thick cold milling the asphalt concrete pavement, constructing temporary asphalt
concrete ramps along milled edges, hauling and disposing the milled material offsite,
and all other work items as required to complete the work in place.
Item No. 9: Adjust Sewer Manhole Frame and Cover to Grade, Replace Ring
and Cover to Grade: Work under this item shall include, but not be limited to, all labor,
tools, equipment and material costs for removing the existing manhole frame and cover,
temporarily lowering and/or covering the manhole to facilitate paving operation,
reinstalling existing manhole frame and cover to grade, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 10: Adjust Storm Drain Manhole Frame and Cover to Grade Replace
Ring and Cover to Grade: Work under this item shall include, but not be limited to, all
labor, tools, equipment and material costs for removing the existing manhole frame and
cover, temporarily lowering and/or covering the manhole to facilitate paving operation,
Page 12 of 25
reinstalling existing manhole frame and cover to grade, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 11: Adjust Water Valve Cover to Grade: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for removing
and disposing the existing water valve box and cover, temporarily lowering and/or
covering the valve to facilitate paving operation, furnishing and installing a new water
valve box and cover to grade, restoring all existing improvements damaged by the work,
and all other work items as required to complete the work in place.
Item No. 12: Asphalt Concrete — Leveling Course and Base Course: Work under
this item shall include, but not be limited to, all labor, tools, equipment and material
costs for applying a tack coat, spreading and compacting the asphalt concrete base
course including leveling course and all other work items as required to complete the
work in place.
Item No. 13: Roadway Excavation: Work under this item shall include all removals
and disposal of excavated materials (full section AC 8"+ and 2" of existing subgrade) in
reconstruction area (approximately 6400 square feet), sawcutting, cold milling,
scarifying subgrade to 12" and recompacting to 90%, materials, labor, tools, equipment
and incidentals required to complete the work. This item will include the work to removal
all necessary existing materials in place to prepare for the asphalt concrete section.
Item No. 14: Traffic Striping, Signage, and Markers: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for removing
existing pavement striping and markers, removing or relocating street signs and posts,
installing temporary and permanent pavement striping, markings and markers, installing
street signs and posts, restoring all existing improvements damaged by the work, and
all other work items as required to complete the work in place.
Item No. 15: Provide As -Built Plans (and DBE Certification if applicable): Work
under this item shall include all actions necessary to provide as -built drawings. These
drawings must be kept up to date and submitted to the Engineer for review prior to
request for payment. An amount of $3,000.00 is determined for this bid item. The intent
of this bid item is to emphasize to the Contractor the importance of as -build drawings.
9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the
following: "From each progress estimate, five (5) percent will be retained by the Agency,
and the remainder less the amount of all previous payments will be paid."
Add to this section: "Partial payments for mobilization and traffic control shall be
made in accordance with Section 10264 of the California Public Contract Code."
Page 13 of 25
PART 2 CONSTRUCTION MATERIALS
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1.2 Concrete Specified by Class
Portland Cement concrete for construction shall be Class 560-C-3250.
201-2 REINFORCEMENT FOR CONCRETE
201-2.2.1 Reinforcing Steel
Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch
minimum cover unless shown otherwise on the plans.
201-7 NON -MASONRY GROUT
201-7.2 Quick Setting Grout
The Contractor shall grout the area between an existing reinforced concrete structure
and the new storm drain pipe with a quick setting grout.
SECTION 203 — BITUMINOUS MATERIALS
203-5 EMULSION -AGGREGATE SLURRY
203-5.2 Materials
Replace a) with the following:
"Emulsified Asphalt shall be of a quick set type. It shall be cationic unless otherwise
specified and shall conform to the requirements of CQS-1 h of 203-1.3 (Test Reports
and Certification), 203-3.2, and to the following specifications when tested according to
appropriate ASTM Methods:
Minimum
Furol Viscosity at 77 degrees F sec. 15
Sieve Test
Residue from distillation. % 60
Penetration of Residue at 77 degrees F 40
Particle Charge Test
Replace 2) with the following:
"ADDITIVES:
Page 14 of 25
KnnYIm Im
5U
0.10
80
75
Positive
Latex - Latex shall be Ultrapave 65K produced by the Textile Rubber and Cement
Company, Inc., or equal approved by the Engineer in advance of ordering the latex
additive. It shall be added to the emulsified asphalt by the co -mill method at the
emulsion plant at the rate of 2'/z percent of weight of the emulsified asphalt. Latex -
added emulsified asphalt shall be kept in a suspended state by an agitating mixer and
mixed every three days.
Materials testing shall be performed as directed by the Engineer."
Replace in Table 203-5.2 (B): Sand Equivalent shall range from a value of 55 to a value
of 45."
203-5.3 Composition and Grading
Add this Section: "Replace Residual Asphalt percentage of Dry Aggregate Weight
for Type II aggregate from a value of 7.5 minimum to 8.5 minimum."
203-6 ASPHALT CONCRETE
203-6.4 Asphalt Concrete Mixtures
203-6-4.3 Composition of Grading
Asphalt Concrete for the finish course shall be C2 64-10 and B 64-10 for the base
course.
SECTION 214 - TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND
PAVEMENT MARKERS
214-4 PAINT FOR STRIPING AND MARKINGS
214-4.1 General
Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized
thermoplastic.
214-6 PAVEMENT MARKERS
All pavement markers shall comply with Section 81-3 Pavement Markers of the Caltrans
Standard Specifications.
214-6.3 Non -Reflective Pavement Markers
214-6.3.1 General
All new non -reflective pavement markers Types A and AY shall be ceramic.
Page 15 of 25
214-6.4 Retroreflective Pavement Markers
214-6.4.1 General
All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces,
or approved equal.
PART 3 CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING
SECTION 300.1 Clearing and Grubbing. [Add the following prior to the first
paragraph]:
300-1.1 GENERAL:
1. All site grading, earthwork preparation, pre -saturation, compaction, etc. shall be
as outlined in these specifications and the plan documents.
2. All clearing and grubbing, grading and earthwork shall be performed per plans,
and technical specifications.
3. Any and all earthwork/demolition within 5' of dripline of existing trees shall be
conducted with the oversight/supervision of the City Arborist to verify no damage
shall be imparted to existing trees.
4. Perform grading within contract limits, grading around trees, including adjacent
transition areas to new elevations, levels, profiles, and contours indicated.
5. Any existing tree roots encountered which are 2" or greater in dimension shall be
hand dug/excavated. Cutting of any roots 2" or larger in dimension will be
performed under the supervision and approval of the City Arborist. No ripping of
existing roots 2" or larger in dimension shall be permitted.
Site Grading
Perform grading within contract limits, including adjacent transition areas to new
elevations, levels, profiles, and contours indicated. Check subgrade surfaces
parallel to finished surface grades. Provide uniform levels and slopes between
new elevations and existing grades.
2. Grade surfaces to assure areas drain away from structures and to prevent
ponding and pockets of surface drainage. Check subgrade surfaces. Subgrade
shall be free from irregular surface changes and as follows:
Page 16 of 25
a. The subgrade at any point shall not vary more than 0.10 foot above or
below the grade established by the Improvement Plans if the structural
section indicates placing surfacing on native material.
b. The subgrade at any point shall not vary more than 0.10 feet above the
grade established by the Improvement Plans if the structural section
indicates placing an aggregate base or sub -base material on native
materials.
C. Fine Grading: Fine grades shall be set to the grades/elevations
established by the improvement plans.
d. Paved Areas: Shape surface of fine grade areas to line, grade, and
cross-section indicated. Check compacted subgrade. Subgrade shall be
suitable to receive paving base materials, per Standard Specifications.
Subgrade tolerance plus 0, minus 1/2".
e. Granular Base: Check subgrade surface. Subgrade surface shall be
smooth and even, free of voids, to the required subgrade elevation.
Compacted subgrade shall be suitable to receive granular base materials
per Standard Specifications. Tolerance 1/2" in 10'.
3. Uniformly distribute and spread soil. Provide additional imported topsoil to
complete the work. Use loose, dry weed -free topsoil. Do not use muddy topsoil.
Place during dry weather.
4. Fine grade topsoil eliminating rough and low areas to ensure positive drainage.
Maintain levels, profiles, and contours of fine grades.
5. Remove stones, roots, weeds, and debris while spreading topsoil materials.
Rake surface clean of stones 1" or larger in any dimension and all debris.
Provide surfaces suitable for soil preparation provided under lawn and planting
work. Contractor shall be responsible for 'rock picking' and removal of all rocks,
stones, and boulders one (1) inch in diameter and greater in all areas not
requiring concrete paving. Removal of rocks from site shall be in compliance with
state and local codes.
6. Perform grading within contract limits, including adjacent transition areas to new
elevations, levels, profiles, and contours indicated. Grading and earthwork for
the new construction shall include excavation of the existing grade as necessary
to "key" into existing grade the proposed surface. Spoils from such operations
shall be relocated and stockpiled by the contractor. Provide subgrade surfaces
parallel to finished surface grades. Provide uniform levels and slopes between
new elevations and existing grades.
300-1.2 Preservation of Property [Add the following]:
Consult the records and drawings of adjacent work and of existing services and utilities
which may affect site work operations.
Page 17 of 25
300-1.3 Removal and Disposal of Materials
Add to this Section: Removal and disposal of material shall be done by City approved
Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved
haulers can be provided upon request or be found on the City's website at:
http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised
Haulers List.
300-1.3.1 General
Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of
the Standard Specifications for Public Works Construction except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts.
Final removal between the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted
on the job. The Engineer must approve final removal accomplished by other means.
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
shall remove any broken concrete, debris or other deleterious material from the job site
at the end of each workday or as directed by the Engineer. All areas of roadway
removal and replacement shall have a minimum trench width of 3 -feet to facilitate
maximum compaction. Contractor shall meet with the Engineer to mark out the areas
of roadway removal and replacement.
The Contractor shall dispose of all excess or waste material and shall include all fees
for such disposal in the appropriate bid items."
300-1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." Replace the words "1-'/2 inch" of the last sentence
with the words "two (2) inches".
300-1.5 Solid Waste Diversion
Non -reinforced concrete and asphalt wastes generated from the job site shall be
disposed of at a facility that crushes such materials for reuse. Excess soil and other
recyclable solid wastes shall not be disposed of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer and provide appropriate confirmation documentation
from the recycling facility. All material disposal manifests shall be provided to the
Engineer prior to release of final retention."
Miscellaneous:
Page 18 of 25
In addition to the work outlined in Subsection 300-1 of the Standard Specifications, the
following items of work are included under Clearing and Grubbing unless otherwise
covered by a specific bid item.
1. Maintain dust control at all times by watering; including developing water supply
and furnishing and placing all water required for work done in the contract,
including water used for extra work.
2. Provide for traffic control and all signs, barricades, striping and flashers
necessary to maintain proper control, per approved Traffic Control Plans (as
provided by contractor)
3. Protection and maintenance of utilities, trees, walls, and other facilities within the
construction zone, except those specifically directed by the City Representative
to be removed or relocated.
4. Other items of work as directed in these Special Provisions.
5. Remove asphalt concrete paving and base material.
6. Remove PCC concrete.
SECTION 302 - ROADWAY SURFACING
302-1 COLD MILLING OF EXISTING PAVEMENT
The work to be done here under consists of cold milling and removal of the
designated thickness of existing pavement surface, including asphalt concrete,
or other miscellaneous improvements, at those locations shown on the plans as
being cold milled. The milled pavement shall be paved with asphalt concrete
(base course, leveling course or finish course) within one day of cold milling.
The existing A.C. pavements shall be cold milled to the depths required per
grades as shown on the Plans and in accordance with the Standard
Specifications. The pavement shall be removed by the use of a cold milling
machine designed for this purpose and capable of performing a satisfactory job.
Burning or heat planing will not be permitted. The planed pavement shall provide
a maximum bond surface suitable for resurfacing.
Except as otherwise called for on the plans, all A.C. pavement cuts shall be cut
to neat, clean, and straight lines to the satisfaction of, and as directed by, the
Engineer.
302-5 ASPHALT CONCRETE PAVEMENT
302-5.1 General
Page 19 of 25
Add to this section: "All cracks '/4 -inch or greater in width shall be cleaned, have
weed kill applied and sealed with a hot -applied crack sealant approved by the
Engineer. In residential areas no highway rated equipment or trucks are to be
used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier
rated trucks must be approved by Engineer. The top 1-Y2 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 asphalt concrete patchback shall be placed
within 72 hours following concrete placement.
303-5.4.1 General
The Contractor shall sawcut parallel to the centerline of the alley, 2 feet along each side
of centerline, over the entire length of the alley. The Contractor may also sawcut the
property lines, adjacent to the alley, in lieu of scoring the pavement along the property
Page 20 of 25
lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2
inches.
303-5.5 Finishing
303-5.5.2 Curb
The Contractor shall install or replace curb markings that indicate sewer laterals on the
face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A
two (2) day notice to the Engineer is required for requests to the City to determine the
location of sewer laterals.
303-5.5.4 Gutter
Add to this section: "The Contractor shall hold the flow line tolerances to within
0.01 feet of those elevations shown on the plan.
SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND
PAVEMENT MARKERS
314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
314-2.1 General
The Contractor shall remove all existing traffic striping and pavement markings by
grinding. Other methods such as sandblasting will not be allowed.
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT
MARKINGS
314-4.1 General
Temporary painted traffic striping and markings shall be lane marking paint applied at
15 mil in one coat, as soon as possible and within 24 hours after the level course, finish
course or slurry seal has been placed. The width of the temporary lane line stripes shall
be one-half the width of the permanent final stripes. Temporary crosswalks and stop
bars stripes shall be full width and shall be placed prior to opening the street to traffic.
Tabs and/or "cat -tracking" stripes shall also be placed prior to opening the street to
traffic. Tabs and/or "cat -tracking" will not be accepted as temporary striping.
Existing thermoplastic striping shall be removed prior to the application of slurry seal.
Temporary painted striping shall be placed within 24 hours of removal.
(Optional temporary striping on AC base or leveling course. Add to bid if required.)
Upon completion of AC base or leveling course, temporary striping shall be installed.
Page 21 of 25
314-4.2 Control of Alignment and Layout
314-4.2.1 General
The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be
responsible for the completeness and accuracy of all layout alignment and spotting.
Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on
the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and
pavement markings within 24 hours after the removal or covering of existing striping or
markings. No street shall be without proper striping over a weekend or holiday. Stop
bars and crosswalks shall not remain unpainted overnight.
314-4.4 Thermoplastic Traffic Striping and Pavement Markings
314-4.4.1 General
The final reflectorized thermoplastic striping shall not be applied until the finish course
pavement or slurry seal has been in place for at least 10 days but no later than 15 days.
The thermoplastic shall be applied at 1.5 mm (60 mil) to 2.0 mm (80 mil) thickness for
all striping except crosswalks and limit lines which shall be 2.5 mm (100 mil) to 3.0 mm
(120 mil) thickness. Striping shall be applied by extrusion method. Sprayable
thermoplastic striping shall not be allowed.
If the Contractor fails to perform striping as specified herein, the Contractor shall cease
all contract work until the striping has been properly performed. Such termination of
work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and
re -notify the affected residents, at the Contractor's sole expense. In addition, if the
Contractor removes/covers/damages existing striping and/or raised pavement markers
outside of the work area, he shall re-stripe/replace such work items at no cost to the
City.
314-4.4.2 Surface Preparation
Primer shall be applied to concrete surfaces prior in application of thermoplastic
striping. The primer shall be formulated for the intended application. The concrete
surface shall be roughened along the thermoplastic striping. The width of the
roughened concrete surface shall match the width of the striping.
314-5 PAVEMENT MARKERS
314-5.1 General
Raised pavement markers shall not be placed until the finish course pavement or slurry
seal has been in place for at least 10 days but not later than 15 days.
Page 22 of 25
PART 6 - TEMPORARY TRAFFIC CONTROL
SECTION 600 - ACCESS
600-1 GENERAL
Ten (10) working days prior to starting work, the Contractor shall distribute construction
notices to residents within 500 feet of the project, describing the project and indicating
the limits of construction. The City will provide the notices.
Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to
the residents a second written notice prepared by the City clearly indicating specific
dates in the space provided on the notices when construction operations will start for
each block or street. An interruption of work at any location in excess of 14 calendar
days shall require re -notification. The Contractor shall insert the applicable dates and
times at the time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re -notification using an explanatory
letter furnished by the City.
600-2 VEHICULAR ACCESS
The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs
(even if streets have posted "NO PARKING" signs) which shall be posted at least forty-
eight hours in advance of the need for enforcement. The signs will be provided by the
City at no cost to the Contractor. However, the City reserves the right to charge $2.00
per sign following any excessive abuse or wastage of the signs by the Contractor. In
addition, it shall be the Contractor's responsibility to notify the City's Police Department
at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the
need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at
the Public Works Department public counter.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample
of the completed sign shall be reviewed and approved by the Engineer prior to posting.
After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover
street sweeping signs and parking meters, on those streets adjacent to the construction
with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The
contractor shall also cover all street sweeping signs on the opposite side of the street
from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved
by the Engineer. Immediately after construction is complete and the alley is opened to
traffic, the Contractor shall remove all signs and uncover the street sweeping signs.
City of Newport Beach "PERMIT PARKING ONLY" signs are available from the
Engineer.
Page 23 of 25
In addition to the 10 -day and 48-hour notices described above, the Contractor shall
hand out two temporary parking permits to each residence adjacent to the alley
construction. Temporary parking permits shall be filled out and signed by the Engineer
and valid during the period of construction of the adjacent alley only.
600-3 PEDESTRIAN ACCESS
Pedestrian access to all residences, etc., within the limits of work must be maintained at
all times. The Contractor shall cooperate with the Engineer to provide advance notice
to any and all establishments whose access will be impacted by construction
operations, particularly sidewalk construction.
SECTION 601 — WORK AREA TRAFFIC CONTROL
601-1 GENERAL
The Contractor shall furnish and install signage, barricades, delineators, yellow safety
ribbons, up to 2 changeable message signs (CMS), and any other measures deemed
necessary by the Engineer to safely direct the public around areas of construction, and
into and out of the affected establishments. Messages for the CMS shall be updated by
the Contractor as directed by the Engineer.
601-2 TRAFFIC CONTROL PLAN (TCP)
The Contractor shall submit to the Engineer, at least five working days prior to the pre -
construction meeting, traffic control plans and/or detour plans for each street and
parking lot. The Contractor shall be responsible for processing and obtaining approval
of a traffic control plans from the Engineer. The Contractor shall adhere to the
conditions of the traffic control plan. Traffic control plans shall be prepared by a
licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC
CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be
signed and sealed by a California licensed traffic engineer. Traffic control and detours
shall incorporate the following items:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a
minimum of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and/or lighted.
4. The Contractor shall accommodate the City's trash collection. If the
Contractor elects to work on a street or alley during its trash collection day, it
shall be the Contractor's responsibility to make alternative trash collection
Page 24 of 25
arrangements by contacting the City's Refuse Superintendent, at (949) 718-
3466 and all affected property owners.
5. At a minimum, the Contractor shall maintain one lane of traffic in each
direction at all times when completing the work. Temporary striping may be
required and shall be shown on the TCP.
6. The Contractor will be allowed to close one street at a time to complete the
work. Work in other streets can take place if not immediately adjacent to the
first area of work and does not cause any other impacts to residents, such as
loss of street parking. The Contractor shall make special accommodations to
provide access for residents with disabilities in the closed alleys and streets.
7. Sidewalk closures in non-residential areas, or as determined by the City, shall
be set with barricades and SIDEWALK CLOSED signs on barricades at the
closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at
the closest crosswalk or controlled intersection.
8. Sidewalk closures in residential areas, or as determined by the City, shall be
set with barricades and SIDEWALK CLOSED signs on barricades at the
closure.
4NIN
Page 25 of 25
City of Newport Beach
Insurance Compliance
PO Box 100085 - FV
Duluth, GA 30096
September 28, 2021
All American Asphalt
400 East Sixth Street
Corona, CA 92879
Reference Number: 7889-3
This Account has moved from non-compliant to COMPLIANT status and currently in compliance for
certificate of insurance requirements.
As of the date above, your insurance meets City of Newport Beach insurance requirements. We appreciate your efforts
and those of your insurance agent in working with our insurance representatives.
Please call us at (951) 766-2285 if you have any questions.
Sincerely,
City of Newport Beach
Compliant Notice [CA1]