HomeMy WebLinkAboutC-8728-2 - Newport Coast Drive and Balboa Blvd Pavement RehabilitationCITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 FAx
newportbeachca.gov
February 5, 2024
All American Asphalt
Attn: Mark Luer
400 E. Sixth Street
Corona, CA 92879
Subject: Newport Coast Dr and Balboa Boulevard Pavement Rehabilitation - C-8728-2
Dear Mr. Luer:
On November 28, 2023, the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to release the
Labor & Materials Bond 65 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
November 29, 2023, Reference No. 2023000295404. The Surety for the bond is Fidelity
and Deposit Company of Maryland and the bond number is 7669602. Enclosed is the
Labor & Materials Payment Bond.
Sincerely,
Akw*k",
s
Leilani I. Brown, MMC
City Clerk
Enclosure
Premium is included in the performance bond
Executed in: 2 Counterparts
EXHIBIT A
CITY OF NEWPORT BEACH
BOND No. 7669602
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt hereinafter designated as the "Principal," a contract for: the work
necessary for the completion of this contract consists of mobilization and demobilization;
best management practices (BMP); staking and survey monument restoration; traffic
control plan preparation and implementation; clearing and grubbing, utility company
coordination and utility verification; removal of existing roadway improvements, subgrade
preparation, cold milling of existing asphalt pavement and PCC pavement; construction
of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full
depth pavement section repairs, PCC sidewalk, PCC driveway; PCC cross gutter and
spandrels, PCC pavement, PCC curb and gutter, PCC curb, PCC curb ramps, PCC
truncated domes on existing curb ramps; root pruning of existing trees and installation of
root barriers; utility adjustments; streetlight relocation, installation of new traffic signal
conduits and pull boxes, replacement of traffic signal loop detectors, installation of
advanced loop extensions, and installation of new bike detector loop cables; traffic
signage improvements, striping and painted curb improvements, repairs to impacted or
damaged landscaping and irrigation system improvements; as -built plan preparation, and
all other work required by the contract documents in the City of Newport Beach, in strict
conformity with the Contract on file with the office of the City Clerk of the City of Newport
Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Fidelity and Deposit Company of Maryland duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as
"Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Five
Million Six Hundred Sixty Nine Thousand Two Hundred Sixty Eight Dollars and
601100 ($5,669,268.50) lawful money of the United States of America, said sum being
equal to 100% of the estimated amount payable by the City of Newport Beach under the
terms of the Contract; for which payment well and truly to be made, we bind ourselves,
our heirs, executors and administrators, successors, or assigns, jointly and severally,
firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
All American Asphalt Page A-1
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 3rd day of January 023 .
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017
Address of Surety
(213) 270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTOR.NEY;S OFFICE
By:
a n C. H
Authorized Signature/Title
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
All American Asphalt Page A-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validity of that document.
State of California
County of Riverside
On January 10, 2023 before me, Kenona Nazari, Notary Public
Dale Here Insert name and Title of the Officer
personally appeared
„ >H KENONA NAZAR1
., Notary Public • California
Riverside County
] F Commission N 2318601
My Comm. Expires Jan 10, 2024 Y
r�ari►s�lr�v
Place Notary Seal Above -
NameW or Signeria)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) Were subscribed to the within instrument
and acknowledged to me that he/sheithey executed the same in
histher4hP' authorized capacity(ie&), and that by his(herfttieip
signature(&) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my And%—ndVicial seal.
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Labor and Material Bond— City of Newport Beach
Document Date: January 3, 2023 Number of Pages: 6
Signer(s) Other Than Named Above: Rebecca Haas -Bates Attorney -in -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Mark Luer
❑ Individual
XCorporate Officer —Title(s): President
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
Signer's Name:
❑ Individual
❑ Corporate Of
❑ Partner ❑ ❑ L
❑ Attorney in F,
❑ Trustee
❑ Other'
Title(s): _
❑ General
Signer is Representing:
"PLEASE SEE ATTACHED"
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of )SS.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of }SS.
On 120 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within Instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
All American Asphalt Page A-3
CALIFORNIA ;nil PU;^P•Sf- ACKNOWLEDGMENT CIVIL C•►' ;e
\' m4. L{{•.uiNya¢S s� r' ¢/"`V�¢ . a <.. • s ¢.cS .i \,ci¢r U' a1 h xa s� ..........."Na
A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 01/03/2023 before me, Alma Karen Hernandez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
Name(h�,of SignerN
who proved to me on the basis of satisfactory evidence to be the persons} whose name(s). is/we
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized oapacity4os), and that by his/her/their signatureZ4on the instrument the person*
or the entity upon behalf of which the person(4 acted, executed the instrument,
ar yf ALMA RAREN HERNANDEZ
s Notary Public • California z
= Orange County
Commission 9 2390906
My Comm, Expires Jan 16, 2026
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature
Signature of Notary Public
OPTIONAL
Though this section is optionat, completing this Information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Desoriptlon of Attached Document
Title or Type of Document: ... Payment Bond No. 7669602 Document Date: 01/03/2023
Number of Pages: Three 3 Signer's) Other Than Named Above: All American Asphalt
Capacity(fos) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer --' Title(s): __
❑ Partner — ❑ Limited 0 General
• Individual WAttorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing;
Fidelity and Deposit Company of Maryland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partnor -- ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
• Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
air
0 1 • • • • • • • • :11 ® �' C11 a e7L +1
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or
Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute
bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may
authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of
revoke any such appointment or authority at any time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
Article V, Section 8, of the By -Laws of the Companies is still in force,
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of
December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an
Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any
certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held
on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether, made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding
upon the Company with the same force and effect as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 3rd day of January , 2023 .
ea "arm
��"0o�t we nofopeo <a4'yoxeo�gA
��IIIll`SFAL B ("SEALmj� 6 SFAL)�_
vmmn°S 'xmwun,�„a° „��mn��o•d
rtt?�i�
By: Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
800-626-4577
If your jurisdiction allows for electronic reporting of surety claims, please submit to:
reportsfelaims(a)zurichna. corn
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
No. 2479.4
STATE OF CALIFt7RNM
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY that, pursuant to the Insurance Code of theState of Calornia,
Fidelity and Deposit Company of Maryland
offilinois organizedunderthe lawsgff/haois, subject toitsArttotesoftivcorporationoi-othe•funtlaruentaC
organbrationaido'ctunanag ishei•eby anthoriaed to transaetwithintht6rState, subject to all provisions ofthis
Cetilfrcate, the foltouringClasses of Insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Boiler and Machinery, Burglary, Credit, Spr ulder,'ream and Vehicle,
Automobile, Aircraft and Miscellaneous
as such classes are now or irray herea, fter be dtf ned in tine Insurance Laws of the State of Cal f arch.
THIS CBRTIFICATL; is expressly conditioned upon the holder hsreofnow and hereafXer being in
full compliance with all, and not in violation ofary, ofthe gnrillcable laws and lawful requirements made
tinder authority ofther laws ofthe State ofCalilornta as long as.such laws or requirernenteare in effect and
applicable, and as such laws and requirements now are, or• nray hcreafler be changed or amended.
IN WITNESS WHEREOF, effective as of the 12e' day of March,
2019,1 have set vry hand and caused my official seal to be tifftxedthts
12'h da)+ofMarchl 2019.
Ricardo Lary
h6ourame Connresitoner
By Valerie Sarfety
for Catalina Mayes -Bautista
Asurnareu Chef 1.1dy,ey
NOTIG73i.
Qualifloadon with theftereery of State most be accomplished asroquirad by the Calffmnla Corporations Coda promptly after
iasaanno of this Cctfllicate ofAutleadty. raemato do so will boa violation oflmorance.Coda scciloa 9Ql andwillbe gtoundstor
revoking this Certificate of Autborhy'pursumatto the covenants made In the application therefor and the conditions contained
heroin.
11/29/23. 11:18 AM
Batch 16694896 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
I111IIIIIII11I 1111111111111111111IIIIIIIII11111I III IN NO FEE
+$ R 0 0 1 4 6 7 5 5 0 5 $ *
202300029540411:16 am 11/29123
90 CRSC06 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00
"Exempt from recording fees
pursuant to Govemment Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and All American Asphalt, Corona,
California, as Contractor, entered into a Contract on November 29, 2022. Said Contract
set forth certain improvements, as follows:
Newport Coast Drive and Balboa Boulevard Pavement Rehabilitation - C-8728-2
Work on said Contract was completed, and was found to be acceptable on
November 28 2023, by the City Council. Title to said property is vested in the Owner and
the Surety for said Contract is Fidelity and Deposit Company of Maryland.
BY
Pul5lic NP,;,o—tks Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. t h
Executed on �Y/tL _, at Newport Beach, Califorria.
BY City Clerk Clerk
https://gs.secure-ords.com/Batch/Confirmation/16694896 212
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and All American Asphalt, Corona,
California, as Contractor, entered into a Contract on November 29, 2022. Said Contract
set forth certain improvements, as follows:
Newport Coast Drive and Balboa Boulevard Pavement Rehabilitation - C-8728-2
Work on said Contract was completed, and was found to be acceptable on
November 28, 2023, by the City Council. Title to said property is vested in the Owner and
the Surety for said Contract is Fidelity and Deposit Company of Maryland.
BY l�)A
Pu lic o ks Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. ,, pp
Executed on 1?�°I3 at Newport Beach, California.
BY /�---
City Clerk
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 10:00 AM on the 3rd day of November, 2022,
at which time such bids shall be opened and read for
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
$5,200,000
Engineer's Estimate
Approved by
(James M. Houlihan
,ut/puty PWD/City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www_planetbids.com/12ortal/portal.cfm?CompanyID=22078
Hard copy plans are available via
Mouse Graphics at (949) 548-5571
659 W. 19th Street, Costa Mesa, CA 92627
Contractor License Classification(s) required for this project: "A"
For further information, call Benjamin Davis, Project Manager at (949) 644-3317
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE.
nu�_vywvv.new x)rtbeacl-ica go\/rgovernmenticlala-hubioaline- ervicesibi(J -rf s-,/endor-
rec isiration - -- ---- _ ._
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
TABLE OF CONTENTS
NOTICE INVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS...................................................................................... 3
BIDDER'S BOND............................................................................................................ 6
DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9
NON -COLLUSION AFFIDAVIT..................................................................... 13
DESIGNATION OF SURETIES...................................................................... 14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15
ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18
INFORMATION REQUIRED OF BIDDER..................................................................... 19
NOTICE TO SUCCESSFUL BIDDER........................................................................... 21
CONTRACT.................................................................................................................. 22
LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A
FAITHFUL PERFORMANCE BOND........................................................... Exhibit B
INSURANCE REQUIREMENTS.................................................................Exhibit C.
PROPOSAL.............................................................................................................. PR-1
SPECIAL PROVISIONS............................................................................................ SP-1
2
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed, uploaded and received by the City Clerk
via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealea
Envelope)
DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information
to be submitted via PlanetBids)
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any; Contractor shall confirm via PlanetBids)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids)
The City Clerk's Office will open and read the bid results from PlanetBids immediately
following the Bid Opening Date (Bid Due Date.)
The Bid Results are immediately available to the public via PlanetBids following the Bid
Opening Date (Bid Due Date). Members of the public who would like to attend this reading
may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.)
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may
be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents. Original copies
must be submitted to the City Clerk's Office.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State of California, and
(2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The
successful bidder's security shall be held until the Contract is executed. Original, sealed
copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.)
The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on
the outside of the envelope containing the documents.
4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
3
Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations.
All parties to the contract shall be governed by all provisions of the California Labor Code —
including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site.
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of
the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts
Code, "Subletting and Subcontracting Fair Practices Act".
10. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations,
13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized
by the corporation. For partnerships, the signatures shall be of a general partner. For sole
ownership, the signature shall be of the owner.
14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on
behalf of itself or a subcontractor that lacks privity of contract with the City but has requested
that contractor proceed on its behalf, sent by registered mail or certified mail return receipt
requested for a time extension, payment by the City for money or damages arising from work
done by, or on behalf of, the contractor and payment for which is not otherwise expressly
provided or to which the claimant is not otherwise entitled, or for payment of an amount that is
disputed by the City, the following is a summary of the claims resolution process to be applied:
A. The City shall review the claim and, within 45 days, shall provide a written statement
identifying the portions of the claim that are disputed and undisputed. This time period may
4
be extended by mutual agreement. The claimant shall furnish all reasonable
documentation to support the claim. If the City needs approval from its City Council to
provide the written statement and the City Council does not meet within the prescribed time
period, the City shall have up to 3 days following the next regular meeting of the City
Council to provide the written statement. Payment of the undisputed portion of the claim
shall be made within 60 days after the City issues its written statement.
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal
meet and confer conference, which shall be scheduled within 30 days of receipt of
claimant's demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs
equally and agreeing to a mediator within 10 business days. If the parties cannot timely
agree on a mediator, each party shall select a mediator and those mediators shall select a
qualified neutral third party to mediate the remaining disputed portion. If mediation is
unsuccessful, any remaining disputed portion shall be addressed using procedures outside
of Public Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has been reviewed
Authorized Signature/Title Edward J. Carlson,
267073 - Class A & C12
Contractor's License No. & Classification
1000001051 & 06/30/2023 �r� �J
DIR Registration Number & Expiration Date Date
All American Asphalt
Bidder
5
Vice President
Bond No. 08597423
Bid Date: 11/03/2022
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of Newport
Beach, a charter city, in the principal sum of Ten Percent of Total Amount Bid ----
Dollars ($ 10% of Bid---- ), to be paid and forfeited to the City of
Newport Beach if the bid proposal of the undersigned Principal for the construction of Newport
Coast Drive and Balboa Boulevard Pavement Rehabilitation, Contract No. 8728-2 in the City
of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed
contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in
the form(s) prescribed, including the required bonds, and original insurance certificates and
endorsements for the construction of the project within thirty (30) calendar days after the date of
the mailing of "Notification of Award", otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing this Bond as an individual, it
is agreed that the death of any such Principal shall not exonerate the Surety from its obligations
under this Bond.
Witness our hands this 24th
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017
Address of Surety
(213) 270-0600
Telephone
day of October , 2022.
AdthorizedStgnatureffitle
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -in -Fact _
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
A
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached and tint the truthf ilness. accuracv. or validity of that document.
State of California
County of Riverside
on October 28, 2022 before me,_ Kenona Nazari, Notary Public
Dale Here Insert name and Title of the Officer
personally appeared Edward J. Carlson
Name(e}of Signers)
who proved to me on the basis of satisfactory evidence to be the
person(&) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/&heAhey executed the same in
his/taer/their authorized capacity(ies), and that by his/herA4&
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
�._?°.,, KENONANAZARI
W�'` Notary Public • California Z I certify under PENALTY OF PERJURY under the laws of the State of
Z Riverside County California that the forgoing paragraph is true and correct.
Z � ° Commission a 2318601
`�r���c�"`' My Comm. Expires Jan t0, 2024
WITNESS my d and official seal. 1
Signature
Place Notary Seal Above Signature of Notary Pu c
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Bid Bond — City of Newport Beach
Document Date: October 24, 2022 Number of Pages:
Signer(s) Other Than Named Above: Rebecca Haas -Bates Attorney -in -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Edward J. Carlson Signer's Name:
❑ Individual ❑ Individual
X Corporate Officer — Title(s): Vice President
❑ Partner ❑ ❑ Limited ❑ General
RIGHT THUMBPRINT
❑ Attorney in Fact OF SIGNER
❑ Trustee Top of thumb here
❑ Other:
Signer is Representing:
❑ Corporate Officer — Ti (le(s): _
Partner u ❑ Limite /❑
❑ General
❑ Attorney in Fact
❑ Trustee /
❑ Other:
Signer is Representing:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ** Please See Attached ** I ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity(ies) claimed by Signer(s):
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other Information:
7
(seal)
Thumbprint of Signer
■❑
Check here if
no thumbprint
or fingerprint
is available.
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of } ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of } ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
0
(seal)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
,CC!siC!vaC.G��C.mR.e�,a�t.e�C�C�Ce�t.2Cs�C.a¢.e�Ce�¢s� ..9aC�C�Cv,. s�s�� .Gn4.T•..�Cs�C,v� .ACe�¢-e�C�t� e� .�<.a. �.a �. � �e�...�.. _... _...
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 10/24/2022
Date
before me, Alma Karen Hernandez, Notary Public
personally appeared Rebecca Haas -Bates
Here Insert Name and Title of the Officer
NameKof Signerj`s,1
who proved to me on the basis of satisfactory evidence to be the person* whose name(. is/tee
subscribed to the within instrument and acknowledged to me that ile/she/they executed the same in
flis/her/thQjr authorized capacity(L , and that by his/her/their signatures on the instrument the person(*,
or the entity upon behalf of which the personK acted, executed the instrument.
;E"�'..r.,F ALMA KAREN HERNANDEZ
W Notary Public - California z
Orange County >
` Commission 4 23909�20
��•o." My Comm. Expires Jan 126 y
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature Z�_ Z____ _`�Z
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Bid Bond Document Date: 10/24/2022
Number of Pages: Three 3 Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual [, Attorney in Fact
Trustee El Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
.G'•✓GL.<\:.:.«.G'.•�G`.4`'✓.G�••'�G�G�G'✓GVG�✓G�.S'✓G`..�..�'a'4�.:'ni •ar yG�'✓.<�✓.'L1eii -ri6�."✓G\�G G<✓G\✓G"✓ '✓✓G'•J4'•✓G'LG�.G'✓:'✓G�✓G'
O 1 • • • • • • • • :11 • :11 . •: •1
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time.
CERTIFICATE
I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY
AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing
Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -
Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 1 Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 24th day of October 2022
�Ni ti!isaq�"y,, vai+t4
e of
i0:
By: Brian M. Hodges
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL, 60196-1056
www.reportsfclaims@zurichna.com
800-626-4577
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT
State law requires the listing of all subcontractors who will perform work in an amount in excess of one-
half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that
he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public
Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any
monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the
Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will
be used subject to the approval of the Engineer and in accordance with State law. No changes may be made
in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include
DIR registration numbers for each subcontractor.
All American Asphalt __-
Bidder Authorized Signature/Title Edward J. Carlson, Vice President
9
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $150,000, provide the following information:
No. 1
Project Name/Number French Valley Airport - Runway 18-36
Project Description Runway Improvements
Approximate Construction Dates: From 04/2020 To: 07/2020
Agency Name Economic Development Agency for County of Riverside
Contact Person Scott Swonke Telephone (
951-955-9722
$2,046,047.00
Original Contract Amount $ Final Contract Amount $ 2,470,826.07
If final amount is different from original, please explain (change orders, extra work, etc.)
$424,779.07 change order
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No claims
10
No. 2
Project Name/Number Granite Hill Drive Pavement Rehabilitation
Project Description Full Depth Reconstruction, Grind and Overlay, Construction of New AC Berm
Approximate Construction Dates: From 04/2020
Agency Name City of Jurupa Valley
To: 10/2020
Contact Person Chase Keys Telephone ( ) 951-332-6464
$999,777.00
Original Contract Amount $ Final Contract Amount $ 999,777,00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No claims
No. 3
Project Name/Number Annual Residential Street Rehabilitation - Phase 1
Construction of Cold Mill, ARHM Pavement, AC Base Course, Full Depth AC
Project Description Slot Pavement
Approximate Construction Dates: From 05/2020 To: 11/2020
Agency Name City of Compton
Contact Person Brittany Duhn (Z&K Consultant) Telephone ( ) 949-637-5040
$5,295,068.00
Original Contract Amount $ Final Contract Amount $_5,295,068.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No claims
11
No. 4
Project Name/Number Street Pavement Maintenance & Rehabilitation Project # 2020-01
Project Description
Pavement Maintenance & Street Rehabilitation
Approximate Construction Dates: From 06/2021 To: 01 /2022
Agency Name City of Corona
Contact Person Barry Ghaemi Telephone ( ) 951-736-2400
$ 3,471,178.00 3,471,178.00
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No claims
No. 5
Project Name/Number Slurry Seal Project FY 19/20
Project Description Slurry Seal Project, and Pavement Improvements
Approximate Construction Dates: From 04/2020 To: 05/2021
Agency Name City of Dana Point
Contact Person Scoff Fisher Telephone ( ) 949-248-3577
$ 1,897,897.00
Original Contract Amount $ Final Contract Amount $ $ 1,897,897.00
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No claims
12
No. 6
Project Name/Number Rossmoor Collectors Grind & Orverlay
Project Description Street Pavement & Roadway Improvements
Approximate Construction Dates: From 04/2021
Agency Name County of Orange
To: 12/2021
Contact Person Stephen Clayton Telephone ( ) 714-995-0206
$ 2,148,320.90
Original Contract Amount $ Final Contract Amount $ $ 2,148,320.90
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No claims
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on -site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
All American Asphalt
Bidder Authorized Sign-afure/Title Edward J. Carlson, Vice President
13
P.O. Box 2229, Corona, CA 92878-2229
Doug Harrington
Work History 1996—Present All American Asphalt Corona, CA
Construction Manager
• Supervise construction activities for general engineering contractor.
• Manage grading, concrete, and paving operations for both public and private
work projects.
1990-1996
Paving Superintendent
• Managed all paving operations.
• Responsible for organizing personnel, equipment and materials for paving
projects.
• Responsible for project acceptance.
• Handled customer inquiries and complaints.
1988-1990
Foreman
• Managed daily operations for grading, concrete, paving and public works
projects.
• Responsible for quantity verification and contract changes.
1977-1983 Industrial Asphalt/Hunt Mix Irwindale, CA
Operating Engineer
• Responsible for daily maintenance and operation of various heavy machinery.
Additional Information Attended various educational classes relating to the construction industry
including:
- Agtec Pointman Training (Non contact sensor grade control)
- Asphalt Technology
PAST WORK REFERENCES
WITH CHANGE ORDERS
2020
Economic Development Agency for County
of Riverside
French Valley Airport — Runway 18-36
P.0 Box 1180
Riverside, CA
Contact: Scott Swonke (951) 955-9722
scott. swonkep_rneadhunt. corn
City of Victorville
Third Avenue Road Improvements
14343 Civic Drive
Victorville, CA 92393
Contact: Bruce Miller (760) 955-5085
biniiler(cD_vicioivil leca. qov
City of Menifee
Ethanac Rd. & Sherman Rd. Street
Resurfacing Project
29844 Haun Road
Menifee, CA 92586
Contact: Run Chen (951) 723-3790
rchen(a7cityofinenifee.us
City of Rolling Hills Estates
Resurfacing Project on Palos Verde Dr
and Highridge Rd. FY 2020-21
4045 Palos Verdes Drive North
Rolling Hills Estates, CA
Contact: Mike Bustos (805) 653-6567
mbustos(d)willdan.com
Contract Amount: $2,046,047.00
Change Orders: $424,779.07
Final Paid Amount: $2,470,826.07
Reason: Per Agency Changes/Requests
Start Date: 04/2020
End Date: 07/2020
Contract Amount: $1,790,000.00
Change Orders: $83,016.00
Final Paid Amount: $1,706,984.00
Reason: Change in Scope
Start Date: 5/2020
End Date: 10/2020
Contract Amount: $1,204,929.68
Change Orders: $55,059.65
Final Paid Amount: $1,259,989.33
Reason: Increased Quantity
Start Date: 0512020
End Date: 07/2020
Contract Amount: $576,635.00
N. Change Orders: $10,269.30
Final Paid Amount: $586,904.32
Reason: Modify Pillar at Ramp and 4
Changeable Message Signs
Start Date: 07/2020
End Date: 12/2020
2020
PAST WORK REFERENCES
City of Ontario
303 East B Street
Ontario, CA 91764
Contact: Ariana Kern (909) 395-2129
akern .ontarioca.gov
City of Loma Linda
25541 Barton Road
Loma Linda, CA 92354
Contact: T. Jarb Thaipejr (909) 799-4400
ithaipe4r@lomalinda-ca.gov
City of Jurupa Valley
8920 Limonite Avenue
Jurupa Valley, CA 92509
Contact: Chase Keys (951) 332-6464
ckeys .iurupavalley.org
County of Orange
601 N. Ross Street, 4ch Floor
Santa Ana, CA 92701
Contact: Albert Rodriguez
albert.rodriguezna ocpw.ocgov.com
City of Compton
205 S. Willowbrook Avenue
Compton, CA 90220
Contact: Brittany Duhn (Z & K Consultants)
bduhnAzandkconsultants.com
City of Huntington Beach
2000 Main Street
Huntington Beach, CA 92648
Contact: Joe Fuentes (714) 536-5259
jfuentes(cDsurfcity- hb.org
2020 Fall Pavement Rehabilitation Project
Contract Amount: $2,499,333.00
Start Date: 07/2020
End Date: 12/2020
Pavement Rehabilitation — Barton Road
Contract Amount: $768,677.00
Start Date: 04/2020
End Date: 12/2020
Granite Hill Drive Pavement Rehabilitation
Contract Amount: $999,777.00
Start Date: 04/2020
End Date: 10/2020
JOC Pavement Maintenance
Contract Amount: $2,584,747.69
Start Date: 07/2020
End Date: 08/2020
Annual Residential Street Rehabilitation —
Phase 1
Contract Amount: $5,295,068.00
Start Date: 05/2020
End Date: 11/2020
Arterial Rehabilitation of Graham St, Slater
Ave, Newland St and Atlanta Ave
Contract Amount: $5,181,955.00
Start Date: 05/2020
End Date: 11/2020
2020
PAST WORK REFERENCES
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Contact: Patricia Kharazmi (949) 644-3344
pkharazmianewportbeachca.gov
City of Westminster
8200 Westminster Boulevard
Westminster, CA 92683
Contact: Theresa Tran (714) 548-3460
ttran westminster.ca.gov
Crescenta Valley Water District
2700 Foothill Boulevard
La Crescenta-Montrose, CA 91214
Contact: Brook Yared (818) 236-4117
bvarecl,cvwd.com
City of Alhambra
111 S. 151 Street
Alhambra, CA 91801
Contact: Robert Bias (626) 580-5000
rbias(a)cityofalhambra. org
County of Ventura
800 S. Victoria Avenue, #1600
Ventura, CA 93009
Contact: Matt Maechler (805) 477-1911
matthew.maechler(a)ventura.org
City of Camarillo
601 Carmen Drive
Camarillo, CA 93010
Contact: Thang Tran (805) 388-5345
ttranCa)cityofcamarilio.org
Cameo Highlands Street Reconstruction
Contract Amount: $2,425,694.00
Start Date: 07/2020
End Tirne: 11/2020
Citywide Overlay Street Improvements
Contract Amount: $1,131,621
Start Date: 02/2020
End Date: 06/2020
Final Paving of Pennsylvania Ave
Contract Amount: $82,620.00
Start Date: 02/2020
End Date: 04/2020
2020 HUD Street Improvements Project
Contract Amount: $300,433.00
Start Date: 06/2020
End Date: 10/2020
Yerba Buena Rd. (South) Pavement
Resurfacing
Contract Amount: $2,298,467.40
Start Date: 03/2020
End Date: 06/2020
Earl Joseph Drive Paving
Contract Amount: $681,901.50
Start Date: 06/2020
End Date: 07/2020
2020
PAST WORK REFERENCES
City of Norco FY 2019-2020 Slurry Seal Project
2870 Clark Avenue Contract Amount: $147,708.97
Norco, CA 92860 Start Date: 06/2020
Contact: Sam Nelson (951) 270-5607 End Date: 12/2020
snelson@ci.norco.ca.us
City of Orange
300 E. Chapman Avenue
Orange, CA 92886
Contact: Martin Varona (714) 744-5563
mvarona(a_)cityoforange.org
Los Angeles County Department
of Public Works
900 S. Freemont Avenue
Alhambra, CA 91803
Contact: Arthur Chu (310) 348-6448
achu(a)dpw.lacounty.gov
Los Angeles County Department
of Public Works
900 S. Freemont Avenue
Alhambra, CA 91803
Contact:Christopher Poston (310) 348-6448
coostonAdpw.lacounty.gov
Annual Slurry Seal FY 19-20 Various
Locations
Contract Amount: $377,737.78
Start Date: 06/2020
End Date: 12/2020
Pavement Preservation (Seal Coats) S. Los
Angeles JOC6680-300.00 — 149`h & Central
Rosewood Area Stanford Ave, et al. (Ph.1)
Contract Amount: $971,053.10
Start Date: 09/2020
End Date: 10/2020
Pavement Preservation (Seal Coats) N. Los
Angeles JOC6679-200.00 — Stevenson
Ranch — Stevenson Ranch Tract (Ph. 1)
Contract Amount: $726,377.38
Start Date: 08/2020
End Date: 09/2020
PAST WORK REFERENCES
Colony Commerce
C/O Caprock Partners
1300 Dove Street Suite 200
Newport Beach, CA 92660
Contact: Eric Nutter (949) 428-1400 Ext. 209
enutter@moote.com
Lennar Homes
25 Enterprise #300
Aliso Viejo, CA 92656
Contact: Diane Hannon (949)349-8000
Diane.hannon@lennar.com
City of Norco
2870 Clark Ave.
Norco, AC 92860
Contact: Todd Shank (951) 270-5603
Todd.shank@norco.ca.us
Los Angeles Department of Water and Power
I I I North Hope Street, L-43
Los Angeles, Ca 90012
Contact: Joelle Morisseau (213) 367-0123
JoeIle.morisseau@LADWP.com
City of Dana Point
33282 Golden Lantern
Dana Point, CA 92629
Contact: Scott Fisher (949) 248-3577
sfisher@DanaPoint.org
City of Corona
400 South Vicentia
Corona, CA 92852
Contact: Barry Ghaemi (951) 736-2400
b haemi o,Coronaca.gov.
Archibald St. Improvements
Contract Amount: $1,949,000.00
Start: 12/2019
Completed: 12/2021
Merrill & Haven Street Improvement
Contract Amount: $1,481,832.15
Start: 6/2020
Completed: 12/2021
Wayne Makin Park Slurry Seal Project
Contract Amount: $52,725.89
Start: 10/2021
Completed: 12/2021
Pine Tree Power Plant Access Road Repair
Improvements
Contract Amount: $810,400.00
Start: 5/2021
Completed: 7/2021
Slurry Seal Project 19/20
Contract Amount: $1,897,897.00
Start: 04/2020
Completed: 05/2021
Street Pavement Maintenance
& Rehabilitation Project No. 2020.01
Contract Amount: $3,471,178.00
Start: 6/2021
Completed: 1 /2022
2021
PAST WORK REFERENCES
City of Anaheim
200 S. Anaheim Boulevard
Anaheim, CA 92805
Contact: Jose Cortez (714) 765-5039
icortez@anaheim.net
County of Orange
601 North Ross Street
Santa Ana, CA 92701
Contact: Stephen Clayton (714) 995-0206
Stephen.clayton@ocpw.ocgov.com
City of Norwalk
12700 Norwalk Blvd.
Norwalk, CA 90650
Glen W. C. Kau (562) 929-5723
gkaugnorwalkca.gov
City of Garden Grove
11222 Acacia Pkwy
Garden Grove, CA 92840
Navin Maru (714) 741-5180
nmaru@g c�ity.org
State College Boulevard Improvement
from Ball Road to SR 91 Freeway
Contract Amount: $484,848.00
Start: 8/2021
Complete: 4/2022
Rossmoor Collectors Grind & Overlay
Contract Amount: $ 2,148,320.90
Start: 4/2021
Complete: 12/2021
Local Streets Rehabilitation
Zone 27 East of Gard — No. 7925.3
Contract Amount: $1,051,330.00
Start: 6/2021
Completed: 12/2021
Arterial STS. Rehabilitation
Contract Amount: $3,185,281.00
Start: 6/2022
Complete: 12/2021
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of Riverside )
Edward J. Carlson being first duly sworn, deposes and says that he or she is
Vice President of All American Asphalt , the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party
making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham
bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly
or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,
or to secure any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct.
All American Asphalt = 6"
Bidder Authorized'SignaturelTitle Edward J. Carlson, Vice President
Subscribed and sworn to (or affirmed) before me on
by
satisfactory evidence to be the person(s) who a
I certify under PENALTY OF PERJU Y
paragraph is true and correct.
[SEAL]
14
7 day of 'IO°
2022
proved to me on the basis of
e me.
laws of the State of California that the foregoing
Notary Public
My Commission Expires:
CALIFORNIA JURAT
GOV CODE § 8202
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracy, of validity of that document.
State of California
County of Riverside
*my
KENONA NAZARI
Notary Putlit - California
Riverside CountyCommission i 231860. Comm. Expires Jan 10, 2024
Subscribed and sworn to (or affirmed) before
me on this 28th day of October , 2022,
Date Month
By (1) Edward J. Carlson
Name of Signer
Proved to me on the basis of satisfactory evidence
be the person who appeared before me (.) (,)
(2)
(and
Name of Signer
Proved to me on the basis of satisfactory evidence
be the person who appeared before me.)
Signature
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove
valuable to person relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Further Description of Any Attached Document
Title or Type of Document Non -Collusion Affidavit
Document Date: 10-28-22 Number of Pages: 1
Signer(s) Other Than Named Above: None
Top of thumb here
Top of thumb here
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
DESIGNATION OF SURETIES
Bidder's name All American Asphalt
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance/bond type):
Zurich American Insurance Company
777 S Figuero Street, Suite 3900
Los Angeles, CA 90017
213-270-0600
Foundation Risk Partners, Corp. dba Millennium Risk Management & Insurance Services
5530 Trabuco Road Irvine, CA 92620
Rebecca Haas -Bates, Surety Account Executive - RebeccaH@mcsins.com
949-679-7116
15
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name All American Asphalt
Record Last Five (5) Full Years
Current Year of Record
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2021
2020
2019
2018
2017
Total
2022
No. of contracts
749
966
933
1051
1146
1174
6,019
Total dollar
Amount of
Contracts (in
308,061
277,711
261,406
287,961
331,655
301,539
1,768,333
Thousands of $
No. of fatalities
0
0
0
0
1
0
1
No. of lost
Workday Cases
0
0
0
12
16
16
51
No. of lost
0
0
0
0
0
0
0
workday cases
involving
permanent
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
"tL
ALL AMERICAN ASPHALT
ALL AMERICAN AGGREGATES
ALL AMERICAN
.-11_ P d4A L.1 .._
To whom it may concern,
On May 3, 2019, an All American Asphalt employee was struck and killed by a piece of heavy equipment
on a job site in Encino, CA. Immediately after the incident, safety meetings were held on all construction
crews in order to retrain employees on safe practices when working in the vicinity of heavy equipment.
Topics covered included communication with operators, planning work so that employees are not close
to equipment, never working in equipment blind spots, and the importance of situational awareness. All
equipment is checked daily for safety defects. Employees are encouraged to speak up about safety
concerns and to help each other work in the safest manner possible. Safety is a core value of All
American Asphalt.
Signed,
C
David Pease
Consultant
1
Legal Business Name of Bidder All American Asphalt
Business Address: 400 E. Sixth Street Corona, CA 92879
Business Tel. No.: 951-736-7600
State Contractor's License No. and
Classification: 267073 - Class A & C12
Title Corporation
The above information was compiled from the records that are available to me at this time
and I declare under penalty of perjury that the information is true and accurate within the
limitations of those records.
Signature of
b id d--�s�
Date ; J '2t6' T�
Title Mark Luer, President
Signature of
bidder
Date
Title Edward J. Carlson, Vice President
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of
the corporation. All must be acknowledged before a Notary Public, who must certify that
such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED]
17
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the triithfltlness. accuracv. or vnlidiiv of that dnenmenl.
State of California
County of
Riverside
on October 28, 2022 before me, Kenona Nazari, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Mark Luer and Edward J. Carlson
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) Ware subscribed to the within instrument
and acknowledged to me that #e/s#e/their executed the same in
i 10;er/their authorized capacity(ies), and that by #i /#er-/their
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
KENCINA NAZARI
r 7 Notary Public California Z I certify under PENALTY OF PERJURY under the laws of the State of
Commission
County California that the forgoing is true and correct.
+` Commission ✓t 2318601 9 9
My Comm, Expires Jan 10, 2024
WITNESS my d and official seal.
Signaturej�J
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Signature Rage of Bidder's Information— City of Newport Beach
Document Date: October 28, 2022 Number of Pages: 1
Signer(s) Other Than Named Above: None
Capacity(ies) Claimed by Signer(s)
Signer's Name: Mark Luer
❑ Individual
X Corporate Officer — Title(s): President
❑ Partner ❑ ❑ Limited o General
RIGHT THUMBPRINT
o Attorney in Fact OF SIGNER
o Trustee Top of Ihumb here
❑ Other:
Signer's Name: Edward J. Carlson
o Individual
X Corporate Officer — Title(s): Vice President
❑ Partner C o Limited o General THUMBPRINTRIGHT
o Attorney in Fact OF SIGNER
❑ Trustee Top of thumb here
❑ Other:
Signer is Representing: Signer is Representing:
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name All American Asphalt
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
Addendum No. Date Received Signature
HM
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation: Corporation
Business Address: 400 E. Sixth Street Corona, CA 92879
Telephone and Fax Number: 951-736-7600 & 951-736-7646
California State Contractor's License No, and Class: 267073 - Class A & C12
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 01/19/1971
Expiration Date:01/31/2024
List the name and title/position of the person(s) who inspected for your firm the site of the
work proposed in these contract documents:
Kimberly Bird, Project Manager
The following are the names, titles, addresses, and phone numbers of all individuals, firm
members, partners, joint ventures, and company or corporate officers having a principal
interest in this proposal:
Name Title Address Telephone
Doug Harrington , Superintendent PO Box 2229 Corona, CA 92878 (951) 453-9000
Kimberly Bird, Project Manager 400 E. Sixth Street Corona, CA 92879 (951) 763-7600
Edward J. Carlson, Vice President 400 E. Sixth Street Corona, CA 92879 (951) 736-7600
Mark Luer, President 400 E. Sixth Street Corona, CA 92879 ( 951) 736-7600
Corporation organized under the laws of the State of California
19
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
N/A
All company, corporate, or fictitious business names used by any principal having interest
in this proposal are as follows:
N/A
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
N/A
Briefly summarize the parties' claims and defenses;
N/A
Have you ever had a contract terminated by the owner/agency? If so, explain.
N/A
Have you ever failed to complete a project? If so, explain.
N/A
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor compliance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes ED
20
Are any claims or actions unresolved or outstanding? Yes I No
If yes to any of the above, explain. (Attach additional sheets, if necessary)
N/A
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non -responsive.
All American Asphalt
Mark Luer, President
(Print name of Owner or President
of Corporation/Compa
Authorized Signature/Title i
Mark Luer, President
Title
Date
On before me, , Notary Public, personally appeared
who proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that
by his/her/their signature(s) on the instrument the person(s), or te entity on behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY and
paragraph is true and correct. I"
WITNESS my hand and official
Notary Public in and fopglaid State
My Commission Expires:
21
of the State of California that the foregoing
(SEAL)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verities only the identity of the individual who signed the
dncument to which thiq certificate is attached. and not the truthfulness. accuracv. nr validity of that document.
State of California
County of Riverside
On October 28, 2022 before me, Kenona Nazari, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Mark Luer
Name(s}of Signer(s}_
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/sheAhey executed the same in
his/4e4their authorized capacity(ies), and that by his/her/their
signature(&) on the instrument the person(&), or the entity upon behalf
of which the person(&) acted, executed the instrument.
90my
KENONANAZARI
Notary Public • California I certify under PENALTY OF PERJURY under the laws of the State of
Riverside CountyCalifornia that the for oin ara ra h is true and correct.
Commission � 23t8601 9 9 p 9 P Comm. Expires Jan 10, 2024
WITNESS my han nd official seal.
Signature
Place Notary Seal Above ignature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Information required by Bidder Signature page — City of Newport Beach
Document Date: October 28, 2022
Number of Pages:
Signer(s) Other Than Named Above: None
Capacity(ies) Claimed by Signer(s)
Signer's Name: Mark Luer
Signer's Name:
❑ Individual
o Individual
X Corporate Officer — Title(&): President
❑ Corporate Officer —
❑ Partner �] ❑ Limited o General
❑ Partner ❑ ❑ Limited
RIGHTTHUMBPRINT
❑ Attorney in Fact OF
❑Attorney in Fact 1
❑ Trustee Top of thumb he
❑ Trustee %
❑ Other:
�
❑ Other:
Signer is Representing:
Signer is Representing:
General
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract Documents.
Bidders are advised to review their content with bonding, insuring and legal agents prior to
submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required
by the Contract documents and delivered to the Public Works Department within ten (10)
working days after the date shown on the Notification of Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by the
Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the
insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed
will not be issued until all contract documents have been received and approved by the City.
22
NEWPORT COAST DR AND BALBOA BOULEVARD PAVEMENT REHABILITATION
CONTRACT NO. 8728-2
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 29th day
of November, 2022 ("Effective Date"), by and between the CITY OF NEWPORT BEACH,
a California municipal corporation and charter city ("City"), and All American Asphalt, a
California corporation ("Contractor"), whose address is 400 E. Sixth Street Corona,
California 92879, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: The work
necessary for the completion of this contract consists of mobilization and
demobilization; best management practices (BMP); staking and survey monument
restoration; traffic control plan preparation and implementation; clearing and
grubbing, utility company coordination and utility verification; removal of existing
roadway improvements, subgrade preparation, cold milling of existing asphalt
pavement and PCC pavement; construction of asphalt concrete (AC) pavement,
asphalt rubberized hot mix (ARHM) pavement, full depth pavement section repairs,
PCC sidewalk, PCC driveway; PCC cross gutter and spandrels, PCC pavement,
PCC curb and gutter, PCC curb, PCC curb ramps, PCC truncated domes on
existing curb ramps; root pruning of existing trees and installation of root barriers;
utility adjustments; streetlight relocation, installation of new traffic signal conduits
and pull boxes, replacement of traffic signal loop detectors, installation of
advanced loop extensions, and installation of new bike detector loop cables; traffic
signage improvements, striping and painted curb improvements, repairs to
impacted or damaged landscaping and irrigation system improvements, as -built
plan preparation, and all other work required by the contract documents (the
"Project" or "Work").
C. Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and
specifications.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. CONTRACT DOCUMENTS
The complete Contract for the Project includes all of the following documents:
Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion
Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 8728-2, Standard
Specifications for Public Works Construction (current adopted edition and all
supplements), and this Contract, and all modifications and amendments thereto
(collectively the "Contract Documents"), all of which are incorporated herein by reference.
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
2. SCOPE OF WORK
Contractor shall perform everything required to be performed, and shall provide
and furnish all the labor, materials, necessary tools, expendable equipment and all utility
and transportation services required for the Project. All of the Work to be performed and
materials to be furnished shall be in strict accordance with the provisions of the Contract
Documents. Contractor is required to perform all activities, at no extra cost to City, which
are reasonably inferable from the Contract Documents as being necessary to produce
the intended results.
3. COMPENSATION
3.1 As full compensation for the performance and completion of the Project as
required by the Contract Documents, City shall pay to Contractor and Contractor accepts
as full payment the sum of Five Million Six Hundred Sixty Nine Thousand Two
Hundred Sixty Eight Dollars and 50/100 ($5,669,268.50).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work,
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 Any expense incurred as a result of any suspension or
discontinuance of the Work, but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and
which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times during
the term of the Contract. Contractor has designated Kimberly Bird to be its Project
Manager. Contractor shall not remove or reassign the Project Manager without the prior
written consent of City. City's approval shall not be unreasonably withheld.
All American Asphalt Page 2
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public Works
Director, or designee, shall be the Project Administrator and shall have the authority to
act for City under this Contract. The Project Administrator or designee shall represent
City in all matters pertaining to the Work to be rendered pursuant to this Contract.
6. NOTICE OF CLAIMS
6.1 Unless a shorter time is specified elsewhere in this Contract, before making
its final request for payment under the Contract Documents, Contractor shall submit to
City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment. The Contractor and City expressly agree that in addition to all claims filing
requirements set forth in the Contract and Contract Documents, Contractor shall be
required to file any claim Contractor may have against City in strict conformance with the
Government Claims Act (Government Code 900 et seq.).
6.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to follow
the dispute resolution process set forth therein. Any part of such "Claim" remaining in
dispute after completion of the dispute resolution process provided for in Public Contract
Code section 9204 or any successor statute thereto shall be subject to the Government
Claims Act requirements requiring Contractor to file a claim in strict conformance with the
Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined
in Public Contract Code section 9204 or any successor statute thereto, Contractor shall
be required to file such claim with the City in strict conformance with the Government
Claims Act (Government Code sections 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing, and
conclusively shall be deemed served when delivered personally, or on the third business
day after the deposit thereof in the United States mail, postage prepaid, first-class mail,
addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attention: Director of Public Works
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
All American Asphalt Page 3
7.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attention: Mark Luer
All American Asphalt
400 E. Sixth Street
Corona, CA 92879
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Work, provided that Contractor is in compliance with the terms of this Contract. Anything
in this Contract that may appear to give City the right to direct Contractor as to the details
of the performance or to exercise a measure of control over Contractor shall mean only
that Contractor shall follow the desires of City with respect to the results of the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract both of the following: (1) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
this Contract in the form attached as Exhibit B and incorporated herein by reference; and
(2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%)
of the total amount to be paid Contractor as set forth in this Contract and in the form
attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the
State of California.
All American Asphalt Page 4
10. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
11. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Contract or for other periods as specified in the Contract Documents, policies of
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Contract, the services to be provided
under this Contract shall not be assigned, transferred contracted or subcontracted out
without the prior written approval of City. Any of the following shall be construed as an
assignment: The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Contractor, or of the interest of any general partner or joint
venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture
or syndicate or co -tenancy, which shall result in changing the control of Contractor.
Control means fifty percent (50%) or more of the voting power or twenty-five percent
(25%) or more of the assets of the corporation, partnership or joint -venture.
14. PREVAILING WAGES
In accordance with the California Labor Code (Sections 1770 et seq.), the Director
of Industrial Relations has ascertained the general prevailing rate of per diem wages in
the locality in which the work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the contract. A copy of said determination is
available by calling the prevailing wage hotline number (415) 703-4774, and requesting
one from the Department of Industrial Relations. All parties to the contract shall be
governed by all provisions of the California Labor Code — including, but not limited to, the
requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the
prevailing wage rates shall be posted by the Contractor at the job site.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractor's Proposal and are attached as part of the Contract
All American Asphalt Page 5
Documents. Contractor shall be fully responsible to City for all acts and omissions of any
subcontractors. Nothing in this Contract shall create any contractual relationship between
City and subcontractor, nor shall it create any obligation on the part of City to pay or to
see to the payment of any monies due to any such subcontractor other than as otherwise
required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City.
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 City and its elected or appointed officers, agents, officials, employees and
volunteers shall not be responsible in any manner for any loss or damage to any of the
materials or other things used or employed in performing the Project or for injury to or
death of any person as a result of Contractor's performance of the Work required
hereunder, or for damage to property from any cause arising from the performance of the
Project by Contractor, or its subcontractors, or its workers, or anyone employed by either
of them.
16.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's Work on the Project, or the Work
of any subcontractor or supplier selected by Contractor.
16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its elected or appointed officers, agents, officials, employees and
volunteers (collectively, the "Indemnified Parties") from and against any and all claims
(including, without limitation, claims for bodily injury, death or damage to property),
demands, obligations, damages, actions, causes of action, suits, losses, judgments,
fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys'
fees, disbursements and court costs) of every kind and nature whatsoever (individually,
a Claim, collectively, "Claims"), which may arise from or in any manner relate (directly or
indirectly) to any breach of the terms and conditions of this Contract, any Work performed
or Services provided under this Contract including, without limitation, defects in
workmanship or materials or Contractor's presence or activities conducted on the Project
(including the negligent, reckless, and/or willful acts, errors and/or omissions of
Contractor, its principals, officers, agents, employees, vendors, suppliers,
subconsultants, subcontractors, anyone employed directly or indirectly by any of them or
for whose acts they may be liable for any or all of them).
16.4 Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the sole
negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall
be construed as authorizing any award of attorneys' fees in any action on or to enforce
the terms of this Contract. This indemnity shall apply to all claims and liability regardless
All American Asphalt Page 6
of whether any insurance policies are applicable. The policy limits do not act as a
limitation upon the amount of indemnification to be provided by Contractor.
16.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original condition
and former usefulness as soon as possible, and to protect public and private property.
Contractor shall be liable for any private or public property damaged during the
performance of the Project Work.
16.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Contract as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
16.7 Nothing in this Section or any other portion of the Contract Documents shall
be construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for above.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 The Contractor shall only commence work covered by a change order after
the change order is executed and notification to proceed has been provided by the City.
17.3 There shall be no change in the Contractor's members of the project team,
as listed in the approved proposal, which is a part of this contract without prior written
approval by the City.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Contract, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Contract by City. Contractor shall
indemnify and hold harmless City for any and all claims for damages resulting from
Contractor's violation of this Section.
All American Asphalt Page 7
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the provisions
of this Contract at the time and in the manner required, that party shall be deemed in
default in the performance of this Contract. If such default is not cured within a period of
two (2) calendar days, or if more than two (2) calendar days are reasonably required to
cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting party
written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days' prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs incurred
up to the effective date of termination for which Contractor has not been previously paid.
On the effective date of termination, Contractor shall deliver to City all materials
purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of the Contract or any other rule of construction which
might otherwise apply.
All American Asphalt Page 8
20.6 Amendments. This Contract may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City
Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall govern
this Contract and all matters relating to it and any action brought relating to this Contract
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
20.10 No Attorneys Fees. In the event of any dispute or legal action arising under
this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Contract and all other Contract Documents by Contractor is a
representation that Contractor has visited the Project site, has become familiar with the
local conditions under which the Work is to be performed, and has correlated all relevant
observations with the requirements of the Contract Documents.
22. WAIVER
A waiver by City or any term, covenant, or condition in the Contract Documents
shall not be deemed to be a waiver of any subsequent breach of the same or any other
term, covenant or condition.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct and
are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
All American Asphalt Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed
on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORN Y'S OFFICE
Date: /y /
By:
ar C. Ha ���AV4 �
y Attor y
ATTEST:
Date: �' - %23
L __%,r � -
r
BrownMA
04 - / y r !I JFVS_==-
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
CONTRACTOR: All American Asphalt, a
California corporation
Date:
By: Signed in Counterpart
Mark Luer
Chief Executive Officer
Date:
Signed in C(,1%,1J-Jerpart
Michael Farkas
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A — Labor and Materials Payment Bond
Exhibit B — Faithful Performance Bond
Exhibit C — Insurance Requirements
All American Asphalt Page 10
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed
on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTOR EY'S OFFICE
Date: /2 / �A2--
By-
a C. p 1a1►q a4Uv
y Attorne
ATTEST:
Date:
in
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
Kevin Muldoon
Mayor
CONTRACTOR: All American Asphalt, a
Californi c rpo ration
Date: I (0 b
B:
Mark Luer
Chief Executive Officer
Date: -.I I I o I Z;j
By: _
Michael Farkas
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A — Labor and Materials Payment Bond
Exhibit B — Faithful Performance Bond
Exhibit C — Insurance Requirements
All American Asphalt Page 10
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness_ accuracv. or validity of that document.
State of California
County of
Riverside
On January 10, 2023 before me, Kenona Nazari, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Mark Luer and Michael Farkas
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) Ware subscribed to the within instrument
and acknowledged to me that tie/she/their executed the same in
his/her/their authorized capacity(ies), and that by #is/tier/their
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
KENONANAZARI
Notary Public • California I certify under PENALTY OF PERJURY under the laws of the State of
' Riverside County
Commission # 2318601 California that the forgoing paragraph is true and correct.
°
My Comm, Expires Jan 10, 2024
WITNESS and official seal.
7
Signat e
Place Notary Seal Above Signature of Notary Publi
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Contract Signature Page — City of Newport Beach
Document Date: December 19, 2022 Number of Pages: 10
Signer(s) Other Than Named Above: None
Capacity(ies) Claimed by Signer(s)
Signer's Name: Mark
❑ Individual
X Corporate Officer — Title(s): President
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
Signer's Name: Michael Farkas
❑ Individual
X Corporate Officer — Title(s): Secretary
❑ Partner ❑ ❑ Limited ❑ General
RIGHT THUMBPRII\
❑ Attorney in Fact OF SIGNER
❑ Trustee Top of thumb here
❑ Other:
Signer is Representing:
Premium is for contract term and is subject to
adjustment based on final contract price
Executed in: 2 Counterparts
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 7669602
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 22,394.00 , being at the
rate of $ 3.95 thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt hereinafter designated as the "Principal," a contract for: the work
necessary for the completion of this contract consists of mobilization and demobilization;
best management practices (BMP); staking and survey monument restoration; traffic
control plan preparation and implementation; clearing and grubbing, utility company
coordination and utility verification; removal of existing roadway improvements, subgrade
preparation, cold milling of existing asphalt pavement and PCC pavement; construction
of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full
depth pavement section repairs, PCC sidewalk, PCC driveway; PCC cross gutter and
spandrels, PCC pavement, PCC curb and gutter, PCC curb, PCC curb ramps, PCC
truncated domes on existing curb ramps; root pruning of existing trees and installation of
root barriers; utility adjustments; streetlight relocation, installation of new traffic signal
conduits and pull boxes, replacement of traffic signal loop detectors, installation of
advanced loop extensions, and installation of new bike detector loop cables; traffic
signage improvements, striping and painted curb improvements, repairs to impacted or
damaged landscaping and irrigation system improvements; as -built plan preparation, and
all other work required by the contract documents in the City of Newport Beach, in strict
conformity with the Contract on file with the office of the City Clerk of the City of Newport
Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland
, duly authorized to transact business under the laws of the
State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the
City of Newport Beach, in the sum of Five Million Six Hundred Sixty Nine Thousand
Two Hundred Sixty Eight Dollars and 50/100 ($5,669,268.50) lawful money of the
United States of America, said sum being equal to 100% of the estimated amount of the
Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which
payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
All American Asphalt Page B-1
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the 3rd day of January '2023 .
All American Asphalt �Signature/Title
Name of Contractor (Principal) Authorized
Fidelity and Deposit Company of Maryland
Name of Surety
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017
Address of Surety
(213) 270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTQRNVY'S OFFICE
Date: � 24
By.
ey
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
All American Asphalt Page B-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
dneu rent to which this certificate is attached_ and not the tnithfidness. accuracy or validity of that document.
State of California
County of Riverside
On January 10, 2023 before me, Kenona Nazari, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Mark Luer
Name(e f Signers)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/sheAhey executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
*my
KENONA NAZARI
Notary Public - California Z I certify under PENALTY OF PERJURY under the laws of the State of
Riverside County n California that the for oing paragraph is true and correct.
zCommission # 2318601
Comm. Expires Jan 10, 2024
WITNESS nv and nd fficial seal.
Place Notary Seal Above C./ Signature of Notary Public
OPTIONAL c/
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Faithful Performance Bond — City of Newport Beach
Document Date: January 3, 2023 Number of Pages
Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Mark Luer
❑ Individual
X Corporate Officer — Title(&): President
❑ Partner E ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
0
Signer's Name:
❑ Individual
❑ Corporate /Fa
e(s): _
❑ Partner ❑ eneral
❑ Attorney in
❑ Trustee
❑ Other:
Signeris Representing
**PLEASE SEE ATTACHED**
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ) SS.
On 20 before me, ,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
(seal)
State of California
County of ) SS.
On , 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
All American Asphalt Page B-3
CALIFORNIA
• • •D
CC �.2.�C,c�C�:.�<.ciS�e.c�c�'. s�C.s�e a,.s�C : C �C s�e.a s�C ef-' s <�<.TC!aC z, .. ,a s� � caCs�C.-.> .s� C s� .. <.c� ..�•, s Cs� : �C caC� s�Cs� .
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 01/03/2023 before me, Alma Karen Hernandez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
NameKof SignerN
who proved to me on the basis of satisfactory evidence to be the person* whose name( is/are
subscribed to the within instrument and acknowledged to me that ' Wjshe/tfcy executed the same in
Ns/herAlw9 r authorized capacity, and that by his/her/their signatureZ.on the instrument the person(,
or the entity upon behalf of which the person(s). acted, executed the instrument.
ALMA KAREN HERNANDEZ
Notary Public - California
Z ` Orange County >
Commission # 2390908
•oa"',My Comm. Expires Jan 16, 2026
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Performance Bond No. 7669602 Document Date: 01/03/2023
Number of Pages: Three 3 Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
Cl Corporate Officer — Title(s):
1.-1 Partner — ❑ Limited I J General
t-1 Individual W Attorney in Fact
O Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
4•✓4'✓i-✓i.L✓.4"✓4'✓4�'.4�4v4�v.4'L.' 4 ✓4�✓4'✓.'LS'✓i•.
1 �.... 4'ti4`.4�G\4' �'!✓ �0�.'✓4�4- •✓SVS'•✓4� 4�.�-✓4� ✓4'L 4'JS.ri.�- d .
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or
Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute
bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may
authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of
revoke any such appointment or authority at any time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
Article V, Section 8, of the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of
December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an
Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any
certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held
on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding
upon the Company with the same force and effect as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 3rd day of January , 2023.
.aSwBllY �j •••.
�SR COgI
�eQ✓Pep"i'c
R9m//�o
a.�INSU
`�vQ QPO '�'n�„'%
�m
SEAL+ f��
SEALg'
EA
=uSL9e
gc
•. �`'^!F°�
....
'• �,`.^;eeo Q.°
°fir .p,: :,
nig pd,0�41
By: Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
800-626-4577
If your jurisdiction allows for electronic reporting of surety claims, please submit to:
reportsfclaims(d,)zurichna.com
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
No. 2479-4
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California,
Fidelity and Deposit Company of Maryland
ofl(linois, organized under the laws oflllinols, subject to its Articles oflrrcorporation or otherfundamental
organizational documents, is hereby authorized to transact within this State, subject to all provisions ofthis
Certificate, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle,
Automobile, Aircraft and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 12'' day of March,
2019,1 have set my hand and caused my official seal to be affixed this
Ricardo Lara
Insurance Commissioner
By Valerie Sarfaty
for Catalina Hayes -Bautista
tnsurmu;e Chief Deputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after
issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
Premium is included in the performance bond
Executed in: 2 Counterparts
EXHIBIT A
CITY OF NEWPORT BEACH
BOND N0. 7669602
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt hereinafter designated as the "Principal," a contract for: the work
necessary for the completion of this contract consists of mobilization and demobilization;
best management practices (BMP); staking and survey monument restoration; traffic
control plan preparation and implementation; clearing and grubbing, utility company
coordination and utility verification; removal of existing roadway improvements, subgrade
preparation, cold milling of existing asphalt pavement and PCC pavement; construction
of asphalt concrete (AC) pavement, asphalt rubberized hot mix (ARHM) pavement, full
depth pavement section repairs, PCC sidewalk, PCC driveway; PCC cross gutter and
spandrels, PCC pavement, PCC curb and gutter, PCC curb, PCC curb ramps, PCC
truncated domes on existing curb ramps; root pruning of existing trees and installation of
root barriers; utility adjustments; streetlight relocation, installation of new traffic signal
conduits and pull boxes, replacement of traffic signal loop detectors, installation of
advanced loop extensions, and installation of new bike detector loop cables; traffic
signage improvements, striping and painted curb improvements, repairs to impacted or
damaged landscaping and irrigation system improvements; as -built plan preparation, and
all other work required by the contract documents in the City of Newport Beach, in strict
conformity with the Contract on file with the office of the City Clerk of the City of Newport
Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Fidelity and Deposit Company of Maryland duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as
"Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Five
Million Six Hundred Sixty Nine Thousand Two Hundred Sixty Eight Dollars and
50/100 ($5,669,268.50) lawful money of the United States of America, said sum being
equal to 100% of the estimated amount payable by the City of Newport Beach under the
terms of the Contract; for which payment well and truly to be made, we bind ourselves,
our heirs, executors and administrators, successors, or assigns, jointly and severally,
firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
All American Asphalt Page A-1
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 3rd day of January 23
All American Asphalt
Name of Contractor (Principal) Authorized Signature/Title
Fidelity and Deposit Company of Maryland
Name of Surety
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017
Address of Surety
(213) 270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTORNEYS OFFICE
Date: . / /u l,?�;
� By.
)n GHH�.1'p
Attorn v
AaQ=1
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
All American Asphalt Page A-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached_ and not the trnthfillness- accurnev. or validity of that document.
State of California
County of Riverside
On January 10, 2023 before me, Kenona Nazari, Notary Public
Dale Here Insert name and Title of the Officer
personally appeared Mark Luer
Name(i) of Signer(a)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(&) is/are subscribed to the within instrument
and acknowledged to me that he/s#e/they executed the same in
his/tip hek authorized capacity(ie-s), and that by his/#efi4he4
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
KENONANAZARI I certify under PENALTY OF PERJURY under the laws of the State of
Notary Public • California
Riverside County tl California that the forgoing paragraph is true and correct.
Commission k 2318601
C4LIF 0.N* My Comm. Expires Jan 10, 2024
WITNESS mn cial seal. )
Signatur
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Labor and Material Bond — City of Newport Beach
Document Date: January 3, 2023 Number of Pages: 6
Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Mark Luer
❑ Individual
X Corporate Officer — Title(s): President
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
All American Asphalt
Signer's Name:
❑ Individual
❑ Corporate Ofi
❑ Partner ❑ ❑ L
❑ Attorney in F
❑ Trustee
❑ Other:
Title(s): _
❑ General
Signer is Representing:
**PLEASE SEE ATTACHED**
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ?SS.
On , 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of }SS.
On , 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
All American Asphalt Page A-3
CALIFORNIA
• i •. CIVIL CODE . •.
Ct ad Cu�<.�<s�<.c%Cs�<.. <.: a�Ja. a .s�Y.�t v�<.c�,<�..a v� •!�t_.�<..a _z.t� s� .. <.c�< it_s�..-.� . �..a<s��s •.va... <.:> .w� .aC� .sa<.c� .
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 01/03/2023 before me, Alma Karen Hernandez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
Name(5j►.of SignerN
who proved to me on the basis of satisfactory evidence to be the persons} whose name(6. is/ai�e
subscribed to the within instrument and acknowledged to me that f3e/she/tfay executed the same in
Nis/herMw r authorized capacity(iea), and that by his/her/their signature4on the instrument the person(s),•
or the entity upon behalf of which the person(s). acted, executed the instrument.
q0MV
ALMA KAREN HERNANDEZNotary Public • California Orange CountyCommission # 2390908
i 111W�11 — — — I
Comm. Expires Jan 16, 2026
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Payment Bond No. 7669602 Document Date: 01/03/2023
Number of Pages: Three 3 Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
Pi Partner — ❑ Limited F1 General
[_J Individual W Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
c.�c.�r.-�s-.�c�c.-�s� �s•r�c•eis�<�.- �a�c�a�a-e�c-<..`s• t`.«.:�.�.o:� '-�.•rir r.�s•y ,� .r,-.-�
02014•nal Notary Associationwww.NationaiNotary.org ill NOTARY ill i • •i 91
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or
Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute
bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may
authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of
revoke any such appointment or authority at any time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
Article V, Section 8, of the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of
December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an
Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any
certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held
on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding
upon the Company with the same force and effect as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 3rd day of January , 2023 .
•P��,iallY un"', "p6l Co o``�"p,,q N9U
'a�•"iPPOR9�sg'' c"0
009
'PPO.o �a: ` e'+O PO%iy�Pe O aZ
l��SEALm ='_ �y�SEAL�2;
;�Aq pd�6,4_,
By: Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
800-626-4577
If your jurisdiction allows for electronic reporting of surety claims, please submit to:
reportsfclai ms(a,zuri chna. com
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
No. 2479-4
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State oj'California,
Fidelity and Deposit Company of Maryland
oflllinois, organized under the laws oflllinois, subject to its Articles oflncorporation or other fundamental
organizational documents, is hereby authorized to transact within this State, subject to all provisions of this
Certificate, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle,
Automobile, Aircraft and Miscellaneous
as such classes are now or may hereof er be defined in the Insurance Laws of the .State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 121 day of March,
2019,1 have set my hand and caused my official seal to be affixed this
12"h day of March, 2019.
Ricardo Lara
Insurance Commissioner
By Valerie Sarfaty
for Catalina I•layes-Bautista
Insurance Chief Deputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after
issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Contract, policies of insurance of the type
and amounts described below and in a form satisfactory to City. Contractor agrees
to provide insurance in accordance with requirements set forth here. If Contractor
uses existing coverage to comply and that coverage does not meet these
requirements, Contractor agrees to amend, supplement or endorse the existing
coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for bodily
injury by disease in accordance with the laws of the State of California,
Section 3700 of the Labor Code. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation Insurance and
Employer's Liability Insurance in accordance with California law for all of the
subcontractor's employees. The insurer issuing the Workers'
Compensation insurance shall amend its policy by endorsement to waive
all rights of subrogation against City, its elected or appointed officers,
agents, officials, employees and volunteers.. Contractor shall submit to
City, along with the certificate of insurance, a Waiver of Subrogation
endorsement in favor of City, its elected or appointed officers, agents,
officials, employees and volunteers.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate and two
million dollars ($2,000,000) completed operations aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
All American Asphalt Page C-1
insured contract (including the tort liability of another assumed in a business
contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials, employees and
volunteers or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Contractor hereby waives its own right of
recovery against City, and shall require similar written express waivers and
insurance clauses from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials, employees and
volunteers shall be included as additional insureds under such policies.
C. Primary and Non Contributory. Contractor's insurance coverage shall be
primary insurance and/or the primary source of recovery with respect to
City, its elected or appointed officers, agents, officials, employees and
volunteers. Any insurance or self-insurance maintained by City shall be
excess of Contractor's insurance and shall not contribute with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days' notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
documents referenced in this Contract must be returned to City within ten
All American Asphalt Page C-2
(10) regular City business days after the date on the "Notification of Award".
Insurance certificates and endorsements must be approved by City's Risk
Manager prior to commencement of performance. Current certification of
insurance shall be kept on file with City at all times during the term of this
Contract. The certificates and endorsements for each insurance policy shall
be signed by a person authorized by that insurer to bind coverage on its
behalf. At least fifteen (15) days prior to the expiration of any such policy,
evidence of insurance showing that such insurance coverage has been
renewed or extended shall be filed with the City. If such coverage is
cancelled or reduced, Contractor shall, within ten (10) days after receipt of
written notice of such cancellation or reduction of coverage, file with the City
evidence of insurance showing that the required insurance has been
reinstated or has been provided through another insurance company or
companies. City reserves the right to require complete, certified copies of
all required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any time
during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees
that any actual or alleged failure on the part of City to inform Contractor of
non-compliance with any requirement imposes no additional obligations on
City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage normally
provided by any insurance. Specific reference to a given coverage feature
is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
All American Asphalt Page C-3
entitled to coverage for higher limits maintained by the Contractor. Any
available proceeds in excess of specified minimum limits of insurance and
coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any
self -insured retentions on any portion of the insurance required herein and
further agrees that it will not allow any indemnifying party to self -insure its
obligations to City. If Contractor's existing coverage includes a self -insured
retention, the self -insured retention must be declared to City. City may
review options with Contractor, which may include reduction or elimination
of the self -insured retention, substitution of other coverage, or other
solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Contract, or to suspend Contractor's right to proceed until proper evidence
of insurance is provided. Any amounts paid by City shall, at City's sole
option, be deducted from amounts payable to Contractor or reimbursed by
Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Contractor's
performance under this Contract, and that involve or may involve coverage
under any of the required liability policies. City assumes no obligation or
liability by such notice, but has the right (but not the duty) to monitor the
handling of any such claim or claims if they are likely to involve City.
Coverage not Limited. All insurance coverage and limits provided by
Contractor and available or applicable to this Contract are intended to apply
to the full extent of the policies. Nothing contained in this Contract or any
other agreement relating to City or its operations limits the application of
such insurance coverage.
J. Coverage Renewal. Contractor will renew the coverage required here
annually as long as Contractor continues to provide any Work under this or
any other Contract or agreement with City. Contractor shall provide proof
that policies of insurance required herein expiring during the term of this
Contract have been renewed or replaced with other policies providing at
least the same coverage. Proof that such coverage has been ordered shall
be submitted prior to expiration. A coverage binder or letter from
Contractor's insurance agent to this effect is acceptable. A certificate of
insurance and/or additional insured endorsement as required in these
specifications applicable to the renewing or new coverage must be provided
to City with five (5) calendar days of the expiration of the coverages.
All American Asphalt Page C-4
K. Maintenance of General Liability Coverage. Contractor agrees to maintain
commercial general liability coverage for a period of ten (10) years after
completion of the Project or to obtain coverage for completed operations
liability for an equivalent period.
All American Asphalt Page C-5
City of Newport Beach
NEWPORT COAST DRIVE AND BALBOA BOULEVARD
PAVEMENT REHABILITATION
Contract No. 8728-2
PROPOSAL
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Councilmembers:
The undersigned declares that the Contractor has carefully examined the location of the
work, has read the Instructions to the Bidders, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials except that material supplied by the
City and shall perform all work required to complete Contract No. 8728-2 in accordance with
the Plans and Special Provisions, and will take in full payment therefore the following unit
prices for the work, complete in place, to wit:
Date
951-736-7600 & 951-736-7646
Bidder's Telephone and Fax Numbers
267073 - Class A & C12
Bidder's License No(s).
and Classification(s)
1000001051
DIR Registration Number
All American Asphalt
Bidder
Bidder's,Adthorized Signature and Title
400 E. Sixth Street Corona, CA 92879
Bidder's Address
Bidder's email address: publicworks@allamericanasphalt.com
FUM
PROOF OF BID BOND DELIVERY
t i=.... E E t..J
i 3t Ycf
�
'� ram`" a�T'��f' s� ,�.r'� ^���` j `r'` .r t. � �3 •z'�'���sr�� . �t
•x ! . �' k �� Mul
_ _,z
-
5 '1@�_♦" ��f yes#
val
t� fps%
} ¢ o LLI
Co !— :
V L U QD Cn
W Uj y
E� �_I ¢ O i� V C3 f
LU
o W
¢ V a z UJ
LLJ Sig,
Q z
- ` v O Z `J c
a
O-
s
Vendor Name
All American Asphalt
Address
PO Box 2229
Corona, California 92878
United States
Respondee
Kimberly Bird
Respondee Title
Project Manager
Phone
951-736-7600
Email
publicworks�allamencanasphait-corm
Vendor Type
CADIR
License #
267073
CADIR
1000001051
Bid Format
Electronic
Submitted
1 ] /03i2022 9 42 AM (PDT)
Delivery Method
Bid Responsive
Bid Status
SubmJtteci
Confirmation #
309552
File Title File Name File Type
BID SUBf,AI T TA C-8728-2 ALL AMERICAN ASPHALTpdf BID SUBI\AITTAL C-8728-2 ALL AMERICAN ASPHADf pdf General Attachment
BID BOND C-8723-2 ALL AVIERICAN ASPHALT.pdf BID BOND C-8728-2 ALL AMERICAN ASPHALTpdf Bid Bond
Showing 4 Subconttacro s
Name & Address Desc License Num CADIR
Case Land Surveying
Survey
-5411
100000'533
614 N. Eckhoff Street
Orange, California 92863
Elecnor Belco Electric, Inc.
Electrical & Loops
738518
1000004804
14320 Albers Way
Chino, California 9*1710
Superior Pavement Markings
St -ping
776306
1000001476
5312 Cypress Street
Cypress, California 90630
V&E Tree Service
Root Prune
654506
10000011,936
PO Box 3280
Orange, California 92865
Amount Type
S99,250 00
5180,503.00 CADIR
S294,240 00
58,000 00
Discount Terms No Diseourt
Item # Item Code Type Item Description
UOM CITY
Unit Price
Line Total
Response Comment
Section t
55,669,268.50
i
Mobilization and Demobilization
LS
1
$247.927.25
5247,927.25
Yes
2
Surveying Services
LS
1
Sl02,408.00
S102,408.00
Yes
3
Traffic Control
LS
1
5211,744.00
$211,744.00
Yes
4
Clearing and Grubbing
LS
1
520,636.00
$20,636.00
Yes
5
Remove Existing and Construct Full Depth Pavement Sections, 13' Depth (NOD)
SF
4000
510.00
540,000.00
Yes
6
Remove Existing and Construct Full Depth Pavement Sections, 8 r Average Depth (Balboa)
SF
9700
$9.70
$94,090.00
Yes
7
Cold MITI Existing AC Pavement 2.5-Inch Max (NCD)
SF
1170000
S0.42
$491,400.00
Yes
8
Cold MITI Existing AC Pavement 2.5-Inch Max (Balboa)
SF
130000
$0.58
575,400.00
Yes
9
Cold Mill Existing AC Pavement 2-Inch Max (NCD)
SF
29600
50.36
$10,656.00
Yes
10
Cold Mill Existing AC Pavement 1.5-Inch Max (Balboa)
SF
14200
$0.55
57,810.00
Yes
11
Cold MITI Existing AC Pavement 1-Inch Max (Balboa)
SF
42750
$0.55
523,512.50
Yes
12
Cold Mill Existing PCC Pavement 1-Inch Max (Balboa)
SF
62500
57.50
$93,750.00
Yes
13
Remove Existing Residual AC after Cold Milling
SF
12000
51.05
$12,600.00
Yes
14
Construct 1-Inch Minimum AC Pavement Leveling Course (NCD)
TN
7300
5132.75
5969,075.00
Yes
15
Construct 1-Inch Minimum ARHM Pavement Leveling Course (Balboa)
TN
1900
5182.25
$346,275.00
Yes
16
Construct ARHM Pavement Surface Course (NOD)
TN
11000
$120.00
51,320,000.00
Yes
17
Construct ARHM Pavement Surface Course(Balboa)
TN
2050
5131.00
5268,550.00
Yes
18
Remove Existing and Construct 4-Inch Thick PCC Sidewalk
SF
6440
511.00
S70,840.00
Yes
19
Remove Existing and Construct 6-Inch Thick PCC Driveway
SF
425
S25.60
510,880.00
Yes
20
Remove Existing and Construct 8-Inch Thick PCC Cross Gutter (Including Partial Cross Gutters and PCC Pavement)
SF
3390
532.00
$108,480.00
Yes
21
Remove Existing and Construct PCC Curb and Gutter (Type A)
LF
185
593.60
817,316.00
Yes
22
Remove Existing and Construct PCC Curb (Type B)
LF
40
587.60
53,504.00
Yes
23
Remove Existing and Construct 4-Inch Thick PCC Curb Ramp (NCD)
EA
11
515,196.00
$167,156.00
Yes
24
Remove Existing and Construct 4-Inch Thick PCC Curb Ramp (Balboa)
EA
28
55,518.00
8154,504.00
Yes
25
Remove Existing, Install Truncated Dome Pavers, and Construct PCC Curb and Gutter
EA
14
$1,484.00
$20,776.00
Yes
26
Remove Existing Concrete to Create Larger Tree Well, Root Prune Existing Tree, and Install Root Barrier
EA
4
52,353.00
59,412.00
Yes
27
Root Prune Existing Tree and Install Root Barrier
LF
36
$82.50
52,970.00
Yes
28
Remove and Replace City Water Valve Box and Cover 10 Grade
EA
20
S1,212.00
$24,240.00
Yes
29
Remove and Replace IRWD Domestic Water Valve Box and Cover to Grade
EA
67
$903.00
$60,501.00
Yes
30
Remove and Replace IRWD Recycled Water Valve Box and Cover to Grade
EA
65
9903.00
$58,695.00
Yes
31
Remove and Replace City Water Meter Box and Cover to Grade
EA
7
5412.75
$2,889.25
Yes
32
Adjust IRWD Water Manhole Ring, Frame, and Cover to Grade
EA
3
51,238.00
53,714.00
Yes
33
Adjust IRWD Telemetry Pull Box and Cover to Grade
EA
3
51,238.00
$3,714.00
Yes
34
Remove and Replace IRWD CP Test Station Box and Cover to Grade
EA
4
$1,238.00
$4,952.00
Yes
35
Adjust City Sewer Manhole Ring, Frame, and Cover to Grade
EA
11
$1,238.00
513,618.00
Yes
36
Adjust IRWD Sewer Manhole Ring, Frame and Cover to Grade
EA
52
51,238.00
564,376.00
Yes
37
Remove Existing and Install New OCSD Sewer Manhole Ring, Frame, and Cover to Grade
EA
10
$2,270.00
$22,700.00
Yes
38
Remove and Replace City Sewer Cleanout Box and Cover to Grade
EA
7
$1,341.00
59,387.00
Yes
39
Adjust City Storm Drain Manhole Ring, Frame, and Cover to Grade
EA
45
S1,238.00
$55,710.00
Yes
40
Remove and Replace City Street Light Pull Box Cover
EA
2
5262.50
5525.00
Yes
41
Remove and Replace City Street Light Pull Box and Cover to Grade
EA
1
5997.50
5997.50
Yes
42
Remove and Replace City Monument Frame and Cover to Grade
EA
8
51,233.75
59,870.00
Yes
43
Relocate Existing City Street Light
EA
1
$11,550.00
S11,550.00
Yes
44
Traffic Signal Conduits
LS
1
$40,691.00
540,691.00
Yes
45
Remove and Replace Traffic Signal Detector Loop
EA
223
$404.25
590,147.75
Yes
46
Advanced Detector Loop Extensions
LS
1
$12,027.75
$12,027.75
Yes
47
Install New Bike Detector Loop Cable and Connect to Existing Controller
EA
7
54,798.50
$33,589,50
Yes
48
Striping, Pavement Markings, Pavement Markers & Red Curb Markings
LS
1
5218,334.00
5218,334.00
Yes
49
Traffic Slgnage
LS
1
520,368.00
$20,368.00
Yes
Item # Item Code
Type
Item Description
UOM CITY
Unit Price
Line Total
Response
Comment
50
Provide As -Built Plans
LS 1
$5,000.00
$5,000.00
Yes
Section Title
Section 1
Grand Total
Line Total
$5,669,268.50
$5,669,268.50
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT
REHABILITATION
PROJECT NO. 22R14
CONTRACT NO. 8728-2
PART 1 - GENERAL PROVISIONS
1
SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1
1-2 TERMS AND DEFINITIONS 1
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
2-6 WORK TO BE DONE
2-7 SUBSURFACE DATA
2-9 SURVEYING
2-9.1 Permanent Survey Markers
2-9.2 Survey Service
2-11 INSPECTION
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.2 Basis for Establishing Cost
3-3.2.3 Markup
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.1 General
SECTION 5 - UTILITIES
5-1 LOCATION
5-1.1 General
5-2 PROTECTION
5-4 RELOCATION
2
2
2
2
2
2
3
3
3
3
4
4
4
4
4
4
4
4
5
5
5
5
5
6
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 7
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 7
6-1.1 Construction Schedule 7
6-7 TIME OF COMPLETION 7
6-7.1 General 7
6-7.4 Sequence of Construction 8
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY
9
6-9 LIQUIDATED DAMAGES
9
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
9
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES
9
7-1.2 Temporary Utility Services
10
7-2 LABOR
10
7-2.2 Prevailing Wages
10
7-5 PERMITS
10
7-8 WORK SITE MAINTENANCE
10
7-8.1 General
10
7-8.4 Storage of Equipment and Materials
11
7-8.4.2 Storage in Public Streets
11
7-8.6 Water Pollution Control
11
7-8.6.2 Best Management Practices (BMPs)
11
7-10 SAFETY
11
7-10.3 Haul Routes
11
7-10.4 Safety
12
7-10.4.1 Work Site Safety
12
7-10.5 Security and Protective Devices
12
7-10.5.3 Steel Plate Covers
12
SECTION 9 - MEASUREMENT AND PAYMENT
12
9-2 LUMP SUM WORK
12
9-3 PAYMENT
12
9-3.1 General
12
9-3.2 Partial and Final Payment.
22
PART 2 - CONSTRUCTION MATERIALS 23
SECTION 200 — ROCK MATERIALS
23
200-2 UNTREATED BASE MATERIALS
23
200-2.1 General
23
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
23
201-1 PORTLAND CEMENT CONCRETE
23
201-1.1 Requirements
23
201-1.1.2 Concrete Specified by Class and Alternate Class
23
201-2 REINFORCEMENT FOR CONCRETE
23
201-2.2 Steel Reinforcement
23
201-2.2.1 Reinforcing Steel
23
SECTION 203 — BITUMINOUS MATERIALS
23
203-6 ASPHALT CONCRETE
23
203-6.5 Type III Asphalt Concrete Mixtures
23
203-11 ASPHALT RUBBER HOT MIX (ARHM)
24
203-11.3 Composition and Grading
24
SECTION 214 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 24
214-4 PAINT FOR STRIPING AND MARKINGS 24
214-4.1 General 24
214-4.3 Preformed Green Thermoplastic Markings 24
214-6 PAVEMENT MARKERS 24
214-6.3 Non -Reflective Pavement Markers 24
214-6.3.1 General 24
214-6.4 Retroreflective Pavement Markers
24
214-6.4.1 General
24
SECTION 215 - TRAFFIC SIGNS
25
215-1 General.
25
PART 3 - CONSTRUCTION METHODS
26
SECTION 300 - EARTHWORK
26
300-1 CLEARING AND GRUBBING
26
300-1.1 General.
26
300-1.3 Removal and Disposal of Materials
26
300-1.3.1 General
26
300-1.3.2 Requirements
27
SECTION 301—TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 28
301-1.8 Unstable Materials
28
301-2 UNTREATED BASE
28
301-2.3 Compacting
28
SECTION 302 - ROADWAY SURFACING
28
302-1 COLD MILLING OF EXISTING PAVEMENT
28
302-1.1 General
28
302-1.7 Work Site Maintenance
29
302-5 ASPHALT CONCRETE PAVEMENT
29
302-5.1 General
29
302-5.4 Tack Coat
29
302-5.8 Manholes (and Other Structures)
30
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
30
302-6.7 Traffic and Use Provisions
30
302-9 ASPHALT RUBBER HOT MIX (ARHM)
30
302-9.1 General
30
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
30
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND
DRIVEWAYS
30
303-5.1 Requirements
30
303-5.1.1 General
30
303-5.5 Finishing
31
303-5.5.2 Curb
31
303-5.5.4 Gutter
31
303-5.7 Repairs and Replacements
32
SECTION 314 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 32
314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
32
314-2.1 General
32
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
32
314-4.1 General
32
314-4.2 Control of Alignment and Layout
32
314-4.2.1 General
32
314-4.4 Thermoplastic Traffic Striping and Pavement Markings
32
314-4.4.1 General
32
314-4.4.2 Surface Preparation
33
314-4.7 Application of Preformed Green Thermoplastic Markings
33
314-5 PAVEMENT MARKERS
33
314-5.1 General
33
SECTION 315 - TRAFFIC SIGN INSTALLATION
33
PART 6 — TEMPORARY TRAFFIC CONTROL
34
SECTION 600 - ACCESS
34
600-1 GENERAL
34
600-2 VEHICULAR ACCESS
34
600-3 PEDESTRIAN ACCESS
35
SECTION 601— WORK AREA TRAFFIC CONTROL
35
601-1 GENERAL
35
601-2 TRAFFIC CONTROL PLAN (TCP)
35
PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS
36
SECTION 700 — MATERIALS
36
700-5 TRAFFIC SIGNAL MATERIALS
36
700-5.8 Detectors
36
SECTION 701— CONSTRUCTION
36
701-17 TRAFFIC SIGNAL CONSTRUCTION
36
701-17.6 Detectors
36
701-17.6.3 Inductive Loop Detectors
36
PART 8 - LANDSCAPING AND IRRIGATION
37
SECTION 800 - MATERIALS
37
800-1 LANDSCAPING MATERIALS
37
800-1.1 Topsoil
37
800-1.1.1 General
37
800-1.6 Root Barrier
37
800-1.6.1 General
37
SECTION 801 - INSTALLATION
37
801-1 GENERAL
37
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
NEWPORT COAST DRIVE AND BALBOA BOULEVARD PAVEMENT
REHABILITATION
PROJECT NO. 22R14
CONTRACT NO. 8728-2
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Plans (Drawing No. R-7024-S); (3) the City's
Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition);
(4) Standard Specifications for Public Works Construction (2015 Edition) including
supplements. The City's Design Criteria and Standard Drawings for Public Works
Construction are available at the following website:
https://www.newportbeachca.gov/government/departments/public-
works/resources/standard-d rawings/view-all-standards
Copies of the Standard Specifications for Public Works Construction may be purchased
online at www.bnibooks.com/products/standard-specifications-public-works-construction
or call 888-BNI BOOK (888-264-2665).
Work involving facilities owned by Irvine Ranch Water District (IRWD) and Orange
County Sanitation District (OCSD) shall be per the utility owner's standards and
specifications.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1 - GENERAL PROVISIONS
SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND
SYMBOLS
1-2 TERMS AND DEFINITIONS
Add the following definition:
City — City of Newport Beach
Page SP 1 of 38
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
At the time of the award and until completion of work, the Contractor shall possess a
Class "A" license. At the start of work and until completion of work, the Contractor and
all Subcontractors shall possess a valid Business License issued by the City.
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
If there is a conflict or discrepancy between different Contract Documents, the more
stringent requirement as determined by the Engineer shall control.
2-6 WORK TO BE DONE
The work necessary for the completion of this contract consists of mobilization and
demobilization; best management practices (BMP); staking and survey monument
restoration; traffic control plan preparation and implementation; clearing and grubbing,
utility company coordination and utility verification; removal of existing roadway
improvements, subgrade preparation, cold milling of existing asphalt pavement and
PCC pavement; construction of asphalt concrete (AC) pavement, asphalt rubberized hot
mix (ARHM) pavement, full depth pavement section repairs, PCC sidewalk, PCC
driveway; PCC cross gutter and spandrels, PCC pavement, PCC curb and gutter, PCC
curb, PCC curb ramps, PCC truncated domes on existing curb ramps; root pruning of
existing trees and installation of root barriers; utility adjustments; streetlight relocation,
installation of new traffic signal conduits and pull boxes, replacement of traffic signal
loop detectors, installation of advanced loop extensions, and installation of new bike
detector loop cables; traffic signage improvements, striping and painted curb
improvements, repairs to impacted or damaged landscaping and irrigation system
improvements; as -built plan preparation, and all other work required by the Contract
Documents.
2-7 SUBSURFACE DATA
Add to this section, "The following report has been prepared for the City of Newport
Beach and is attached as Appendix A for the Contractor's reference.
1. "Pavement Evaluation and Design Recommendations Report for Balboa Blvd.
from Median Way to G Street" prepared by GMU Pavement Engineering, dated
February 23, 2022. (GMU Project No. 21-252-00)
Also available are the *.kmz files for the ground penetrating radar (GPR) testing to
confirm the approximate location and depth for the existing underground concrete
pavement on Balboa Blvd.
Page SP 2 of 38
No geotechnical testing or recommendations have been provided for Newport Coast
Drive.
2-9 SURVEYING
2-9.1 Permanent Survey Markers
Delete the second paragraph and replace with the following: The Contractor shall
submit to the Engineer, a minimum of 7 days prior to the start of work, a list of
controlling survey monuments which may be disturbed. The Contractor shall:
a) set survey points outside the affected work area that reference and locate each
controlling survey monument that may be disturbed,
b) file a Corner Record or Record of Survey with the County Surveyor after setting
the survey points to be used for re-establishment of the disturbed controlling
survey monuments, and
c) file a Corner Record or Record of Survey with the County Surveyor after
reestablishment of the disturbed (permanent) controlling survey monuments.
The Contractor shall protect all survey monuments during construction operations. In
the event that existing survey monuments are removed or otherwise disturbed during
the course of work, the Contractor shall restore the affected survey monuments at his
sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record
or Record of Survey with the County Surveyor upon monument restoration.
Existing street centerline ties and property corner monuments are to be preserved. The
Contractor shall be responsible for the cost of restoring all survey ties and/or
monuments damaged by the Work.
2-9.2 Survey Service
Delete this section and replace with the following: The Contractor's California Licensed
Land Surveyor shall utilize/follow the existing City survey records used for the project
design to provide all construction survey services that are required to construct the
improvements. The design surveyor for this project is Stantec Consulting Services, Inc.
and can be contacted at (949) 929-1449. At a minimum, two (2) sets of cut -sheets for
all areas shall be included in the bid price and copies of each set shall be provided to
the City 48-hours in advance of any work.
2-11 INSPECTION
Add to this section, "Contractor shall contact the Orange County Sanitation District
(OCSD) inspector 48 business hours (Monday through Thursday) prior to inspection of
OCSD manhole adjustments. Contractor to coordinate the inspection requirements
during the pre -construction meeting.
Contractor to coordinate inspection requirements for the Irvine Ranch Water District's
(IRWD) manhole and valve adjustments during the pre -construction meeting.
Page SP 3 of 38
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.2 Basis for Establishing Cost
3-3.2.2.3 Tool and Equipment Rental
Tool and equipment rental rates shall be based on the current Caltrans rental rates.
3-3.2.3 Markup
3-3.2.3.1 Work by the Contractor
Delete this section and replace with the following: The following percentages shall be
added to the Contractor's costs and shall constitute the markup for all overhead and
profit:
1) Labor ............................................ 15
2) Materials ....................................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided in this subsection, one (1) percent may
be added as compensation for bonding.
3-3.2.3.2 Work by a Subcontractor
Delete this section and replace with the following: When all or any part of the extra work
is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be
applied by the Subcontractor to the actual costs and shall constitute the markup for all
overhead and profit. An additional markup of five (5) percent of the total subcontracted
cost may be added by the Contractor.
To the sum of the costs and markups provided in this subsection, one (1) percent may
be added as compensation for bonding.
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
Page SP 4 of 38
4-1.3.1 General
All material and articles furnished by the Contractor shall be subject to rigid inspection,
and no material or article shall be used until it has been inspected and accepted by the
Engineer. The Contractor shall furnish the Engineer with full information as to the
progress of the work in its various parts and shall give the Engineer timely (48-hours
minimum) notice of the Contractor's readiness for inspection. Submittals are required
for all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor.
SECTION 5 - UTILITIES
5-1 LOCATION
5-1.1 General
The Contractor is responsible for, and shall at his or her expense, pothole all existing
utilities which may be affected by the work to verify points of connection and potential
conflicts. No segment of work shall begin until the contractor has potholed and verified
points of connection and related connection material requirements, and coordinated the
final/existing layout of the laterals/pipeline with the Engineer, including adjustments due
to field conflicts with other utilities or structures above or below ground.
Within seven (7) calendar days after completion of the work or phase of work, the
Contractor shall remove all USA utility markings. Removal by sandblasting is not
allowed. Any surface damaged by the removal effort shall be repaired to its pre -
construction condition or better at the contractor's expense.
Special Coordination with MCl/Extenet
The Contractor is required to coordinate with MCl/Extenet who has an active
construction project on Balboa Boulevard, they are trenching and installing a 5G fiber
optic line in the street. The Contractor will be required to ensure MCl/Extenet work is
completed before installing new asphalt concrete improvements.
5-2 PROTECTION
In the event that an existing pull box, meter box or any other utility box is damaged by
the Work and is not re -useable, the Contractor shall provide and install a new
replacement pull box, meter box or any other utility box of identical type and size at no
additional cost to the City.
Critical Fiber Optic facilities
Page SP 5 of 38
Critical Fiber Optic facilities exist along the gutter lip on the west side of Newport Coast
Drive. The Contractor shall locate (via pothole or other means) these facilities within the
areas of full depth asphalt concrete repair, concrete curb & gutter, curb ramps and other
proposed improvements. The contractor shall be responsible for any costs associated
with any damage and interruption of service caused by damage to the conduit or fiber
optic facility. Contractor shall replace any damaged fiber optic facilities to the
satisfaction of the City Engineer. The contractor shall provide a construction plan at
these locations, for concrete and asphalt removal while protecting in place the existing
Fiber Optic conduit and facilities. Any damage to the Fiber Optic lines will require
replacement of the entire line between splice boxes, paid for by the contractor, including
but not limited to damages due to interruption of service.
5-4 RELOCATION
All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes
and survey monument boxes (collectively known as "utility boxes") which are affected
by the Work shall be replaced to finish grade with new utility boxes provided by the
Contractor. During asphalt paving operation, manholes and utility boxes within paving
area shall be temporarily lowered and covered. Upon completion of paving operation,
manholes and utility boxes shall be permanently adjusted to finish grade. The
Contractor shall adjust all temporarily lowered manholes and utility boxes to the new
finished grade within five (5) calendar days of completing the AC finished course.
The Contractor shall lower and install new Orange County Sanitation District (OCSD)
manhole frames and covers to finish grade for all sewer manholes which are affected by
the work. Contractor shall be responsible for coordinating with OCSD to obtain new
manhole frame and cover. The Contractor is responsible to reconstruct the manhole
liner as shown in the OCSD design details. The Contractor shall refer to OCSD's
Standard Drawings on the plans, in conjunction with all general notes for sanitary sewer
found in the Desiqn and Construction Requirements for Sanitary Sewers at
https://www.ocsan.gov/Home/ShowDocument?id=28159.
The Contractor shall lower and install new IRWD manhole frames and covers, valve
boxes and covers, and cathodic protection test station boxes and covers to finish grade
for all manholes, valves boxes, and cathodic protection test stations boxes which are
affected by the work. Contractor shall be responsible for coordinating with IRWD to
obtain new valve and cathodic protection test station box covers. The existing manhole
frame and covers shall be reused. This work shall conform to Standard Drawings and
specifications found in IRWD's Construction Manual, can be found at
https://www.irwd.com/images/pdf/doing=
business/engineerinq/IRWDConstructionManualJan2019.pdf.
The Contractor will be required to contact Southern California Edison, The Gas
Company, cable television companies, telecommunication companies and any other
utility companies to have their existing utilities adjusted to finish grade. These
adjustments and relocations are shown on the plans. The Contractor shall coordinate
with each utility company for the adjustment or relocation of their facilities in advance of
work to avoid potential delays to the project schedule. The Contractor shall provide the
Page SP 6 of 38
necessary survey control for all utility companies to adjust boxes and vaults to the final
grade. The Contractor will be required to coordinate with these companies for inspection
of the work.
SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
6-1.1 Construction Schedule
No work shall begin until a Notice to Proceed has been issued, a pre -construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval
a minimum of five working days prior to the pre -construction meeting.
The Engineer will review the baseline schedule and may require the Contractor to modify
the schedule to conform to the requirements of the Contract Documents. If work falls
behind the approved baseline schedule, the Contractor shall be prohibited from starting
additional work until Contractor has exerted extra effort to meet the baseline schedule and
has demonstrated the ability to maintain the schedule in the future. Such stoppages of
work shall in no way relieve the Contractor from the overall time of completion
requirement, nor shall it be construed as the basis for payment of extra work because
additional personnel and equipment were required on the job.
Contractor shall update the schedule periodically or as directed by the Engineer to reflect
any delay or extension of time. In addition, Contractor shall prepare 2-week look -ahead
schedules on a bi-weekly basis with detailed daily activities.
6-7 TIME OF COMPLETION
6-7.1 General
The Contractor shall complete all work under the Contract within 40 consecutive
working days after the date on the Notice to Proceed for Balboa Boulevard and a
another separate 40 consecutive working days after the date on the Notice to Proceed
for Newport Coast Drive. The Contractor shall ensure the availability and delivery of all
material prior to the start of work. Unavailability of material will not be sufficient reason
to grant the Contractor an extension of time. Unless otherwise approved by the
Engineer, construction shall start on January 9th, 2023.
Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., outside of the working hours.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30
Page SP 7 of 38
p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working
outside the normal working hours must be made at least 72 hours in advance of the
desired time period. A separate request must be made for each work shift. The
Engineer reserves the right to deny any or all such requests. Additionally, the
Contractor shall pay for supplemental inspection costs of $146 per hour when such time
periods are approved. Work within Caltrans right-of-way shall confirm to requirements of
the encroachment permit.
Pavement striping may be completed at night to minimize disruption to the community.
The following days are designated City holidays and are non -working days:
1. January 1 st (New Year's Day)
2. Third Monday in January (Martin Luther King Day)
3. Third Monday in February (President's Day)
4. Last Monday in May (Memorial Day)
5. July 4th (Independence Day)
6. First Monday in September (Labor Day)
7. November 11 th (Veterans Day)
8. Fourth Thursday and Friday in November (Thanksgiving and Friday after)
9. December 24th, (Christmas Eve)
10. December 25th (Christmas)
11. December 26th thru 30th (City Office Closure)
12. December 31 st (New Year's Eve)
If the holiday falls on a Sunday, the following Monday will be considered the holiday. If
the holiday falls on a Saturday, the Friday before will be considered the holiday.
6-7.4 Sequence of Construction
Construction for this project will be broken into two phases. The first phase of
construction will consist of concrete improvements and asphalt paving on Balboa
Boulevard. The second phase of construction will consist concrete improvements and
asphalt paving on Newport Coast Drive. Construction on Newport Coast Drive will not
be allowed until asphalt paving on Balboa Boulevard is complete. The City will issue a
separate notice to proceed for each phase of construction. The first Notice to Proceed
will be for the Balboa Boulevard phase and the second for Newport Coast Drive.
Because of the heavy summer traffic impacts near the beach, all Balboa Boulevard
construction and striping must be completed before May 26, 2023.
Each of the two phases of the Project shall be sequenced in accordance with this
section.
All sidewalk, curb, gutter, curb access ramps, cross gutters, driveways, other parkway
improvements, and traffic signal improvements (except for new loops) shall be
completed prior to beginning grinding and paving operations.
Page SP 8 of 38
Full depth pavement reconstruction areas shall be constructed prior to cold milling and
placement of AC leveling course and shall extend to the existing finished surface.
The limits of work for each working day shall only extend as far as both cold milling and
placement of the leveling course can be completed. No pavement shall be left cold milled
at the end of the work day.
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY
Prior to acceptance of work, the Contractor shall submit a full size set of plans to the
Engineer. Retention payment and bonds will not be released until the as -built plans are
reviewed and approved by the Engineer. A set of approved plans and specifications
shall be on the job site at all times. The Contractor shall maintain as -built drawings of all
work as the job progresses. A separate set of drawings shall be maintained for this
purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time
each progress payment is submitted. Any changes to the approved plans that have
been made with approval from the Engineer shall be documented on the as -built plans.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
6-9 LIQUIDATED DAMAGES
For each consecutive calendar day after the time specified in Section 6-7.1 for
completion of the work, the Contractor shall pay to the City or have withheld from
moneys due it, the daily sum of $2,000.
For each consecutive calendar day after the time specified for thermoplastic striping
installation in Section 314-4.4, the Contractor shall pay to the City or have withheld from
moneys due it, the daily sum of $1,000.
Execution of the Contract shall constitute agreement by the City and Contractor that the
above liquidated damages per calendar day is the minimum value of the costs and
actual damage caused by the failure of the Contractor to complete the Work within the
allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations.
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES
Page SP 9 of 38
7-1.2 Temporary Utility Services
If the Contractor elects to use City water, Contractor shall arrange for a meter and
tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the
deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a
charge for water usage and any repair charges for damage to the meter.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, dust control, irrigation during
maintenance period for landscaping, etc.
City shall designate to the Contractor the location of the fire hydrant or other connection
acceptable for drawing of construction and temporary water. City reserves the right to
limit the location, times and rates of drawing such water.
7-2 LABOR
7-2.2 Prevailing Wages
In accordance with California Labor Code Section 1720.9, hauling and delivery of ready -
mixed concrete for public works contracts are subject to prevailing wages.
7-5 PERMITS
The City has obtained an encroachment permit application (Parent Permit) from the
California Department of Transportation (Caltrans) for all traffic control associated with
this Contract located within the State Right -of -Way (Newport Coast Drive and East
Coast Highway). A copy of the Parent Permit and the traffic control plans prepared and
approved by Caltrans as part of the permit application are included in Appendix B.
The Contractor shall be responsible for obtaining a Double Permit under the City's
Parent Permit from Caltrans prior to starting work and abiding by all terms and
conditions of the encroachment permit. The Contractor shall be responsible for all fees
and costs associated with the Double Permit. Caltrans' fee for the Double Permit is
charged on hours worked against a required deposit of $1,640 deposit for one week or
$2,460 deposit for two weeks is required to receive the permit. Obtaining the Double
Permit from Caltrans shall in no way relieve the Contractor of completing the Contract
within the time prescribed in Section 6-7.
The Contractor must keep copies of both the City's and the Contractor's encroachment
permits from Caltrans on site at all times.
7-8 WORK SITE MAINTENANCE
7-8.1 General
In addition to the required motorized street sweepers following the cold milling machine
as described in Section 302-1.7 of the Standard Specifications for Public Works
Page SP 10 of 38
Construction, the Contractor shall provide two (2) additional motorized sweepers for the
duration of the grinding and paving operation.
7-8.4 Storage of Equipment and Materials
7-8.4.2 Storage in Public Streets
Construction materials and equipment may only be stored in streets, roads, or sidewalk
areas if approved by the Engineer in advance. It is the Contractor's responsibility to
obtain an area for the storage of equipment and materials. The Contractor shall
obtain the Engineer's approval of a site for storage of equipment and materials prior to
arranging for or delivering equipment and materials to the site. Prior to move -in, the
Contractor shall take photos of the laydown area. The Contractor shall restore the
laydown area to its pre -construction condition. The Engineer may require new base and
pavement if the pavement condition has been compromised during construction.
7-8.6 Water Pollution Control
7-8.6.2 Best Management Practices (BMPs)
The Contractor shall submit a Best Management Practice (BMP) plan for containing any
wastewater or storm water runoff from the project site including, but not limited to the
following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw -cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City will monitor the
adjacent storm drains and streets for compliance. Failure of the Contractor to follow
BMP will result in immediate cleanup by City and back -charging the Contractor for all
costs plus 15 percent. The Contractor may also receive a separate administrative
citation per Section 14.36.030 of the City's Municipal Code.
7-10 SAFETY
7-10.3 Haul Routes
Haul routes shall be submitted to the Engineer for review and approval.
Page SP 11 of 38
7-10.4 Safety
7-10.4.1 Work Site Safety
The Contractor shall be solely and completely responsible for conditions of the job site,
including safety of all persons and property during performance of the work. The
Contractor shall fully comply with all state, federal and other laws, rules, regulations,
and orders relating to the safety of the public and workers.
The right of the Engineer or the City's representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site.
7-10.5 Security and Protective Devices
7-10.5.3 Steel Plate Covers
Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards.
In addition, steel plates on asphalt pavement shall be pinned and recessed flush with
existing pavement surface.
SECTION 9 - MEASUREMENT AND PAYMENT
9-2 LUMP SUM WORK
Contractor shall submit a detailed schedule of value for all lump sum bid items to the
Engineer within 15 days after award of contract.
9-3 PAYMENT
9-3.1 General
Revise paragraph two to read: The unit and lump sum bid prices for each item of work
shown on the proposal shall include full compensation for furnishing the labor,
materials, tools, and equipment and doing all the work, including restoring all existing
improvements, to complete the item of work in place and no other compensation will be
allowed thereafter. Payment for incidental items of work not separately listed shall be
included in the prices shown for the other related items of work. The following items of
work pertain to the bid items included within the Proposal:
Item No. 1 - Mobilization and Demobilization: Work under this item shall include,
but not be limited to, all labor, tools, equipment, and material costs for providing bonds,
insurance and financing, establishing a material and equipment storage location,
documenting existing conditions, providing submittals, preparing and implementing the
BMP, preparing and updating construction schedules as requested by the Engineer,
attending construction progress meetings as needed, procuring and installing a
construction project funding identification sign for Senate Bill 1 (SB1) funding per
Section 215, securing all required permits, coordinating with all applicable agencies,
Page SP 12 of 38
stakeholders and utility companies, and all other related work as required by the
Contract Documents. This bid item shall also include work to demobilize from the
project site including but not limited to site cleanup, removal of USA markings and
providing any required documentation as noted in these Special Provisions.
Item No. 2 - Surveying Services: Work under this item shall include, but not be
limited to, all labor, tools, equipment, and material costs of surveying, establishing
horizontal and vertical controls, providing construction staking, establishing centerline
ties, adjusting survey monuments, filing pre- and post -construction corner records with
the County, reestablishing property corners disturbed by the work, preparing record of
survey, protecting and restoring existing monuments and other survey items as required
to complete the work in place.
Item No. 3 Traffic Control: Work under this item shall include, but not be limited to,
all labor, tools, equipment, and material costs for delivering all required notifications and
temporary parking permits, posting signs, covering conflicting existing signs, and all
costs incurred notifying businesses and residents, preparing traffic control plans,
providing the traffic control required by the project including, but not limited to, signs,
cones, barricades, flashing arrow boards, K-rails, temporary pavement and striping,
steel plates, and flag persons. This item includes providing two (2) Changeable
Message Signs (CMS) for the duration of the Contract and updating messages on the
CMS as requested by the Engineer. This item also includes furnishing all labor, tools,
equipment, and materials necessary to comply with the approved Traffic Control Plans
approved by Caltrans, the California Manual on Uniform Traffic Control Devices (CA
MUTCD), the W.A.T.C.H. Manual, latest edition, and City requirements.
Item No. 4 Clearing and Grubbing: Work under this item shall include, but not be
limited to, all labor, tools, equipment, and material costs for all clearing and grubbing
items of work (as described in Section 300-1) and any other item of work which is
required for the project that is not specifically specified in a separate bid item.
Item No. 5 — Remove Existing and Construct Full Depth Pavement Sections
13-Inch Depth (NCD): Work under this item shall include, but not be limited to, all
labor, tools, equipment, and material costs for sawcutting and removal of existing
pavement; removal of base and subgrade material to depth of new pavement section;
applying a trackless tack coat; spreading and compacting the full depth asphalt concrete
pavement sections; and all other work items as required to complete the work in place
on Newport Coast Drive. Contractor shall assume 4,000 SF of pavement repairs on
Newport Coast Drive. Refer to plans for potential locations to be confirmed after cold
milling operations are completed.
Item No. 6 — Remove Existing and Construct Full Depth Pavement Sections 8-
Inches Depth (Balboa): Work under this item shall include, but not be limited to, all
labor, tools, equipment, and material costs for sawcutting and removal of existing
pavement; removal of base and subgrade material to depth of new pavement section;
applying a trackless tack coat; spreading and compacting the full depth asphalt concrete
pavement sections; and all other work items as required to complete the work in place
on Balboa Boulevard.
Page SP 13 of 38
Item No. 7 - Cold Mill Existing AC Pavement 2.5-Inches Maximum (NCD): Work
under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for cold milling the asphalt concrete pavement, additional street
sweepers, constructing temporary asphalt concrete ramps along milled edges, hauling
and disposing the milled material offsite, and all other work items as required to
complete the work in place on Newport Coast Drive.
Item No. 8 - Cold Mill Existing AC Pavement 2.5-Inches Maximum (Balboa):
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for cold milling the asphalt concrete pavement (including removal of
existing pavement fabric), additional street sweepers, constructing temporary asphalt
concrete ramps along milled edges, hauling and disposing the milled material offsite,
and all other work items as required to complete the work in place on Balboa Boulevard.
Item No. 9 - Cold Mill Existing AC Pavement 2-Inches Maximum (Balboa): Work
under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for cold milling the asphalt concrete pavement (including removal of
existing pavement fabric), additional street sweepers, constructing temporary asphalt
concrete ramps along milled edges, hauling and disposing the milled material offsite,
and all other work items as required to complete the work in place on Balboa Boulevard.
Item No. 10 - Cold Mill Existing AC Pavement 1.5-Inches Maximum (Balboa):
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for cold milling the asphalt concrete pavement (including removal of
existing pavement fabric), additional street sweepers, constructing temporary asphalt
concrete ramps along milled edges, hauling and disposing the milled material offsite,
and all other work items as required to complete the work in place on Balboa Boulevard.
Item No. 11 - Cold Mill Existing AC Pavement 1-Inches Maximum (Balboa):
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for cold milling the asphalt concrete pavement (including removal of
existing pavement fabric), additional street sweepers, constructing temporary asphalt
concrete ramps along milled edges, hauling and disposing the milled material offsite,
and all other work items as required to complete the work in place on Balboa Boulevard.
Item No. 12 - Cold Mill Existing PCC Pavement 1-Inches Maximum (Balboa):
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for cold milling the Portland cement concrete pavement, additional street
sweepers, constructing temporary asphalt concrete ramps along milled edges, hauling
and disposing the milled material offsite, and all other work items as required to
complete the work in place on Balboa Boulevard.
Item No. 13 — Remove Existing Residual AC Pavement After Cold Milling: Work
under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for removing all residual pavement after cold milling as directed by the
City and all other work items as required to complete the work in place on Balboa
Boulevard.
Page SP 14 of 38
Item No. 14 - Construct 1-Inch Minimum AC Pavement Leveling Course (NCD):
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for applying a trackless tack coat, spreading and compacting the variable
depth asphalt concrete leveling course and all other work items as required to complete
the work in place on Newport Coast Drive.
Item No. 15 - Construct 1-Inch Minimum ARHM Pavement Leveling Course
(Balboa): Work under this item shall include, but not be limited to, all labor, tools,
equipment, and material costs confirming the integrity of the residual AC pavement after
cold milling operations, as evaluated by the City; applying a trackless tack coat;
spreading and compacting the variable depth ARHM leveling course; and all other work
items as required to complete the work in place on Balboa Boulevard.
Item No. 16 - Construct ARHM Pavement Surface Course MD): Work under
this item shall include, but not be limited to, al labor, tools, equipment, and material
costs for applying a trackless tack coat, spreading and compacting the ARHM pavement
and all other work items as required to complete the work in place on Newport Coast
Drive.
Item No. 17 - Construct ARHM Pavement Surface Course (Balboa): Work under
this item shall include, but not be limited to, al labor, tools, equipment, and material
costs for applying a trackless tack coat, spreading and compacting the ARHM pavement
and all other work items as required to complete the work in place on Balboa Boulevard.
Item No. 18 - Remove Existing and Construct 4-Inch Thick PCC Sidewalk:
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for removal of all existing improvements (concrete, asphalt concrete,
landscaping, base and subgrade material, etc.) required to construct the new sidewalk;
grading and compaction of subgrade; construction of concrete sidewalk; installation of
expansion joint material; construction of weakened plane joints; construction of under
sidewalk drains not covered by another bid item; regrading and repair of impacted
landscaping and irrigation system improvements to match existing; restoration of all
existing improvements damaged by the work; and all other work items as required to
complete the work in place.
Item No. 19 - Remove Existing and Construct 6-Inch Thick PCC Driveway:
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for removal of all existing improvements (concrete, asphalt concrete,
landscaping, base and subgrade material, etc.) required to construct the new driveway;
grading and compaction of subgrade; importing, placing, and compacting the CMB;
construction of concrete driveway, adjacent retaining curb, and adjacent full depth AC
pavement repair; installation of expansion joint material; construction of weakened
plane joints; construction of under sidewalk drains not covered by another bid item;
removal and reconstruction of brick planters at 129 G. Street; regrading and repair of
impacted landscaping and irrigation system improvements to match existing; restoration
of all existing improvements damaged by the work; and all other work items as required
to complete the work in place.
Page SP 15 of 38
Item No. 20 - Remove Existing and Construct 8-Inch Thick PCC Cross Gutter
(Including Partial Cross Gutters and PCC Pavement): Work under this item shall
include, but not be limited to, all labor, tools, equipment, and material costs for the
removal of all existing improvements (concrete, asphalt concrete, base and subgrade
material, etc.) required to construct the new cross gutter, PCC pavement, integral curbs,
and adjacent asphalt pavement repair; grading and compaction of subgrade; importing,
placing, and compacting the CMB; construction of PCC cross gutter, PCC spandrels,
PCC pavement, integral PCC curbs and adjacent full depth AC pavement repair;
installation of smooth galvanized steel bars; installation of expansion joint material;
construction of weakened plane joints; installation of dowels; restoration of all existing
improvements damaged by the work; and all other work items as required to complete
the work in place.
Item No. 21 - Remove Existing and Construct PCC Curb and Gutter (Type A):
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for the removal of all existing improvements (concrete, asphalt concrete,
base and subgrade material, etc.) required to construct the new curb and gutter and
adjacent asphalt pavement repair; grading and compaction of subgrade or existing base
material; construction of concrete curb and gutter and adjacent full depth asphalt
pavement repair; installation of expansion joint material; construction of weakened
plane joints; reconstruction of existing curb drains not covered by a separate bid item;
re -chiseling the curb face for existing underground utilities; restoration of all existing
improvements damaged by the work; and all other work items as required to complete
the work in place.
Item No. 22 - Remove Existing and Construct PCC Curb (Type B): Work under
this item shall include, but not be limited to, all labor, tools, equipment, and material
costs for the removal of all existing improvements (concrete, asphalt concrete, base and
subgrade material, etc.) required to construct the new curb and adjacent asphalt
pavement repair; grading and compaction of subgrade or existing base material;
construction of concrete curb and adjacent full depth asphalt pavement repair;
installation of expansion joint material; construction of weakened plane joints;
reconstruction of existing curb drains not covered by a separate bid item; re -chiseling
the curb face for existing underground utilities; restoration of all existing improvements
damaged by the work; and all other work items as required to complete the work in
place.
Item No. 23 - Remove Existing and Construct 4-Inch Thick PCC Curb Ramp
(NCD): Work under this item shall include, but not be limited to, all labor, tools,
equipment, and material costs for the removal of all existing improvements (concrete,
asphalt concrete, landscaping, base and subgrade material, etc.) required to construct
the new curb ramp and adjacent improvements shown on details; grading and
compaction of subgrade; construction of concrete curb ramp, integral retaining curbs,
adjacent curb & gutter, adjacent full depth pavement repair, truncated dome tiles, and
adjacent sidewalk; installation of expansion joint material; construction of weakened
plane joints; construction of under sidewalk drains not covered by another bid item;
regrading and repair of impacted landscaping and irrigation system improvements to
Page SP 16 of 38
match existing; adjustments or relocations of any impacted utilities (including
replacement of pull boxes) not being adjusted or relocated by utility companies,
restoration of all existing improvements damaged by the work; and all other work items
as required to complete the work in place on Newport Coast Drive. Traffic signal
improvements near curb ramp repairs are per separate bid items.
Item No. 24 - Remove Existing and Construct 4-Inch Thick PCC Curb Ramp
(Balboa): Work under this item shall include, but not be limited to, all labor, tools,
equipment, and material costs for the removal of all existing improvements (concrete,
asphalt concrete, landscaping, base and subgrade material, etc.) required to construct
the new curb ramp and adjacent improvements shown on details; grading and
compaction of subgrade; construction of concrete curb ramp, integral retaining curbs,
adjacent planters, adjacent curb & gutter, adjacent full depth pavement repair, truncated
dome pavers, and adjacent sidewalk; installation of expansion joint material;
construction of weakened plane joints; construction of under sidewalk drains not
covered by another bid item; regrading and repair of impacted landscaping and
irrigation system improvements to match existing; adjustments or relocations of any
impacted utilities (including replacement of pull boxes) not being adjusted or relocated
by utility companies, restoration of all existing improvements damaged by the work; and
all other work items as required to complete the work in place on Balboa Boulevard.
Traffic signal improvements near curb ramp repairs are per separate bid items.
Item No. 25 - Remove Existing, Install Truncated Dome Pavers and Construct
PCC Curb and Gutter: Work under this item shall include, but not be limited to, all
labor, tools, equipment, and material costs for documenting the existing drainage
pattern of gutter prior to removal of existing improvements; the removal of all existing
improvements (concrete, asphalt concrete, pavers, base and subgrade material, etc.)
required to construct the install the new truncated dome pavers and construct the new
curb and gutter and adjacent improvements; grading and compaction of subgrade;
installation of the truncated dome pavers; construction curb & gutter, and adjacent full
depth pavement repair, installation of expansion joint material; construction of
weakened plane joints; construction of under sidewalk drains not covered by another
bid item; restoration of all existing improvements damaged by the work; and all other
work items as required to complete the work in place. Traffic signal improvements near
curb ramp repairs are per separate bid items.
Item No. 26 - Remove Existing Concrete to Create Larger Tree Well Root
Prune Existing, Tree, and Install Root Barrier: Work under this item shall include,
but not be limited to, all labor, tools, equipment, and material costs for the removal of
the existing concrete required to create a larger tree well; providing root pruning and
root barrier installation recommendations to the City Arborist; root pruning, furnishing
and installing root barriers, regrading and repair of impacted landscaping and irrigation
system improvements to match existing; restoring all existing improvements impacted or
damaged by the work; and all other work items as required to complete the work in
place.
Item No. 27 - Root Prune Existing Tree and Install Root Barrier• Work under this
item shall include, but not be limited to, all labor, tools, equipment, and material costs
Page SP 17 of 38
for providing root pruning and root barrier installation recommendations to the City
Arborist; root pruning, furnishing and installing root barriers, regrading and repair of
impacted landscaping and irrigation system improvements to match existing; restoring
all existing improvements impacted or damaged by the work; and all other work items
as required to complete the work in place.
Item No. 28- Remove and Replace City Water Valve Box and Cover to Grade:
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for removing and disposing the existing City water valve box and cover,
protection of the water valve, temporarily lowering valve cover and/or covering the riser
to facilitate paving operations, furnishing and installing a new City water valve box and
cover to grade, restoring all existing improvements damaged by the work, and all other
work items as required to complete the work in place.
Item No. 29 - Remove and Replace IRWD Domestic Water Valve Box and Cover
to Grade: Work under this item shall include, but not be limited to, all labor, tools,
equipment, and material costs for removing and disposing the existing IRWD domestic
water valve box and cover, protection of the water valve, temporarily lowering and/or
covering the valve to facilitate paving operations, installing to grade a new IRWD
domestic water valve box and cover provided by IRWD, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 30 - Remove and Replace IRWD Recycled Water Valve Box and Cover
to Grade: Work under this item shall include, but not be limited to, all labor, tools,
equipment, and material costs for removing and disposing the existing IRWD recycled
water valve box and cover, protection of the water valve, temporarily lowering and/or
covering the valve to facilitate paving operations, installing to grade a new IRWD
recycled water valve box and cover provided by IRWD, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 31 - Remove and Replace City Water Meter Box and Cover to Grade:
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for the removal of the existing City water meter box and all other
improvements (concrete, subgrade, etc.) required to install new water meter box and
cover; protection of existing water meter and appurtenances; furnishing and installing a
new water meter box and cover to grade; restoration of all existing improvements
impacted or damaged by the work; and all other work items as required to complete the
work in place.
Item No. 32 - Adjust IRWD Water Manhole Ring, Frame and Cover to Grade:
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for removing the existing IRWD water manhole ring, frame, and cover;
temporarily lowering and/or covering the manhole to facilitate paving operations;
reinstalling the existing manhole ring, frame, and cover to grade, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Page SP 18 of 38
Item No. 33 - Adiust IRWD Telemetry Pull Box and Cover to Grade: Work under
this item shall include, but not be limited to, all labor, tools, equipment, and material
costs for removing the existing IRWD telemetry pull box and cover; temporarily lowering
and/or covering the pull box to facilitate paving operations; reinstalling the existing traffic
rated pull box and cover to grade, restoring all existing improvements damaged by the
work, and all other work items as required to complete the work in place.
Item No. 34 - Remove and Replace IRWD Cathodic Protection Testing Station
Box and Cover to Grade: Work under this item shall include, but not be limited to, all
labor, tools, equipment, and material costs for removing and disposing the existing
cathodic protection testing station box and cover, protection of the cathodic protection
testing station equipment, temporarily covering the cathodic protection testing station
equipment to facilitate paving operations, installing to grade a new cathodic protection
testing station box and cover provided by IRWD, restoring all existing improvements
damaged by the work, and all other work items as required to complete the work in
place.
Item No. 35 - Adjust City Water Manhole Ring, Frame and Cover to Grade:
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for removing the existing City water manhole ring, frame, and cover;
temporarily lowering and/or covering the manhole to facilitate paving operations;
reinstalling the existing manhole ring, frame, and cover to grade, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 36 - Adjust IRWD Sewer Manhole Ring, Frame and Cover to Grade:
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for removing the existing IRWD sewer manhole ring, frame, and cover;
temporarily lowering and/or covering the manhole to facilitate paving operations;
reinstalling the existing manhole ring, frame, and cover to grade, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 37 - Remove Existing and Install New OCSD Sewer Manhole Ring
Frame and Cover to Grade: Work under this item shall include, but not be limited to,
all labor, tools, equipment, and material costs for removing and disposing the existing
OCSD sewer manhole ring, frame, and cover; temporarily covering the manhole to
facilitate paving operations; reinstalling to grade the new manhole ring, frame, and
cover provided by OCSD per details shown on Plans, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 38 - Remove and Replace Sewer Cleanout Box and Cover to Grade:
Work under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for removing and disposing the existing sewer cleanout box and cover,
temporarily lowering and/or covering the sewer cleanout to facilitate paving operations,
furnishing and installing a new sewer cleanout box and cover to grade, restoring all
Page SIR 19 of 38
existing improvements damaged by the work, and all other work items as required to
complete the work in place.
Item No. 39 - Adjust City Storm Drain Manhole Ring, Frame and Cover to
Grade: Work under this item shall include, but not be limited to, all labor, tools,
equipment, and material costs for removing the existing storm drain manhole ring,
frame, and cover; temporarily lowering and/or covering the manhole to facilitate paving
operations; reinstalling the existing manhole ring, frame, and cover to grade, restoring
all existing improvements damaged by the work, and all other work items as required to
complete the work in place.
Item No. 40 - Remove and Replace Streetlight Pull Box Cover to Grade: Work
under this item shall include, but not be limited to, all labor, tools, equipment, and
material costs for the removal of the existing streetlight pull box cover; protection of
existing pull box and electrical equipment; furnishing and installing a new streetlight
cover; restoration of all existing improvements impacted or damaged by the work; and
all other work items as required to complete the work in place.
Item No. 41 - Remove and Replace Streetlight Pull Box to Grade: Work under
this item shall include, but not be limited to, all labor, tools, equipment, and material
costs for the removal of the existing streetlight pull box and all other improvements
(concrete, subgrade, etc.) required to install new streetlight pull box; protection of
existing electrical equipment; furnishing and installing a new streetlight pull box to
grade; restoration of all existing improvements impacted or damaged by the work; and
all other work items as required to complete the work in place.
Item No. 42 - Remove and Replace City Survey Monument Frame and Cover to
Grade: Work under this item shall include, but not be limited to, all labor, tools,
equipment, and material costs for the removal of the existing City survey monument
frame and cover and all other improvements (concrete, subgrade, etc.) required to
install new City survey monument frame and cover; protection of existing survey
monument; furnishing and installing a new survey monument frame and cover to grade;
restoration of all existing improvements impacted or damaged by the work; and all other
work items as required to complete the work in place.
Item No. 43 — Relocate Existing City Streetlight: Work under this item shall
include, but not be limited to, all labor, tools, equipment, and material costs for the
removal and relocation of the existing City streetlight; installation of a new streetlight pull
box; protection of existing electrical equipment; restoration of all existing improvements
impacted or damaged by the work; and all other work items as required to complete the
work in place.
Item No. 44 - Traffic Signal Conduits: Work under this item shall include, but not
be limited to, all labor, tools, equipment, and material costs for the removal of the
existing traffic signal pull boxes and all other improvements (concrete, subgrade, etc.)
required to install new no. 6 traffic signal pull boxes; furnishing and installing a new no.
6 traffic signal pull boxes to grade; furnishing and installing new conduit by direct bore
method; removal and disposal of impacted sidewalk panels; construction of new
Page SP 20 of 38
sidewalk panels; protection of existing electrical equipment; restoration of all existing
improvements impacted or damaged by the work; and all other work items as required
to complete the work in place.
Item No. 45 - Remove and Replace Traffic Siqnal Detector Loop: Work under
this item shall include, but not be limited to, all labor, tools, equipment, and material
costs for verifying the existing loop configuration and phasing prior to removing or
damaging any existing traffic loops; removal and disposal of the existing traffic signal
detector loop; protection of existing traffic signal equipment; upon completion of the
paving operations marking and obtaining approval from the City on placement of the
traffic loops; furnishing and installing of the traffic signal detector loops (all types) per
City and Caltrans standard plan; sealing of the traffic loop runs; testing of the traffic
signal system to ensure full operation of the presence and advance detection loops;
restoration of all existing improvements impacted or damaged by the work; and all other
work items as required to complete the work in place.
Item No. 46 - Advanced Detector Loop Extensions: Work under this item shall
include, but not be limited to, all labor, tools, equipment, and material costs for locating
and protecting all existing utilities; removal and disposal of existing advanced loops
DLC's; furnishing and installing new conduit by direct bore method; removal and
disposal of impacted sidewalk panels; construction of new sidewalk panels; furnishing
and installing new no. 5 pull boxes; furnishing and installing new DLC's from new
advanced loops locations to existing controllers; and connecting new DLC's to existing
controllers; restoring all existing improvements impacted or damaged by the work; and
all other work items as required to complete the work in place.
Item No. 47 - Install New Bike Detector Loop Cable and Connect to Existing
Controller: Work under this item shall include, but not be limited to, all labor, tools,
equipment, and material costs for locating and protecting all existing utilities; protection
of existing traffic signal equipment; furnishing and installing new detector sensor unit in
existing controller; furnishing and installing new DLC's from new bike detector loop
locations to existing controllers; and connecting new DLC's to new sensor unit in
existing controller; restoring all existing improvements impacted or damaged by the
work; and all other work items as required to complete the work in place.
Item No. 48 - Install Striping, Pavement Markings, Pavement Markers and Red
Curb Markings: Work under this item shall include, but not be limited to, all labor,
tools, equipment, and material costs for removing all existing pavement striping,
markings and markers; installing traffic striping, pavement markings, pavement markers,
multiple temporary striping on leveling and finish courses to maintain traffic at all times;
removal and repainting the curb red; furnishing and installing raised fire hydrant
markers; restoring all existing improvements damaged by the work, and all other work
items as required to complete the work in place.
Item No. 49 - Traffic Signage: Work under this item shall include, but not be limited
to, all labor, tools, equipment, and material costs for removing existing traffic signs,
posts, post foundations, pedestrian barricades, and mounting hardware on street light or
traffic light poles; salvaging signs to the City Yard; protection of any remaining posts
Page SP 21 of 38
and post foundations, furnishing new signs; installing new or salvaged signs on new
posts, existing posts, or existing straight light/traffic signal poles; restoring all existing
improvements impacted or damaged by the work; and all other work items as required
to complete the work in place.
Item No. 50 - Provide As -Built Plans: Work under this item shall include, but not
be limited to, all labor, tools, equipment, and material costs for all actions necessary to
provide as -built drawings. These drawings must be kept up to date and submitted to
the Engineer for review prior to request for payment. An amount of $5,000 is
determined for this bid item. The intent of this pre-set amount is to emphasize to the
Contractor the importance of as -build drawings.
9-3.2 Partial and Final Payment.
From each progress payment, five (5) percent will be retained by the City, and the
remainder less the amount of all previous payments will be paid.
Partial payments for mobilization and traffic control shall be made in accordance with
Section 10264 of the California Public Contract Code.
Page SP 22 of 38
PART 2 - CONSTRUCTION MATERIALS
SECTION 200 — ROCK MATERIALS
200-2 UNTREATED BASE MATERIALS
200-2.1 General
Crushed Miscellaneous Base (CMB) shall be used as the untreated base material.
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1 Requirements
201-1.1.2 Concrete Specified by Class and Alternate Class
Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the
plans.
Vehicular access for all concrete pavement, driveways and cross gutters shall be
provided within 24 hours after pour to minimize disruption to residents and businesses.
Therefore, high early strength concrete shall be provided for this work and included in
these items bid prices.
201-2 REINFORCEMENT FOR CONCRETE
201-2.2 Steel Reinforcement
201-2.2.1 Reinforcing Steel
Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2-inch
minimum cover unless shown otherwise on the plans.
SECTION 203 — BITUMINOUS MATERIALS
203-6 ASPHALT CONCRETE
203-6.5 Type III Asphalt Concrete Mixtures
Asphalt concrete finish course and leveling course shall be Type III-C3-PG 64-10 (20%
max RAP). Asphalt concrete base course shall be Type III-B2-PG 64-10 (20% max
RAP).
Tack coat shall be trackless.
Page SP 23 of 38
203-11 ASPHALT RUBBER HOT MIX (ARHM)
203-11.3 Composition and Grading
Asphalt rubber hot mix finish course shall be ARHM-GG-C.
Tack coat shall be trackless.
SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND
PAVEMENT MARKERS
214-4 PAINT FOR STRIPING AND MARKINGS
214-4.1 General
Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized
thermoplastic.
Add Section 214-4.3 — Preformed Green Thermoplastic Markings
214-4.3 Preformed Green Thermoplastic Markings
Green background bike lane legends shall consist of preformed thermoplastic markings
and be the PreMark product by Ennis -Flint or approved equal. The background/marking
shall include the ViziGrip anti-skid treatment. Background shall be EF Bike Lane Green.
214-6 PAVEMENT MARKERS
All pavement markers shall comply with Section 85 of the State of California Standard
Specifications.
214-6.3 Non -Reflective Pavement Markers
214-6.3.1 General
All new non -reflective pavement markers Types A and AY shall be ceramic.
214-6.4 Retroreflective Pavement Markers
214-6.4.1 General
All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces,
or approved equal.
Add Section 215 — TRAFFIC SIGNS
Page SP 24 of 38
SECTION 215 - TRAFFIC SIGNS
215-1 General.
Signs shall be standard size per the California MUTCD unless otherwise shown.
Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum
(0.08 inch thickness).
New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge
2'/4 inch unistrut (OD) base.
Sign mounting hardware and brackets shall be stainless steel. Unless otherwise
specified, mounting hardware shall be 5/16"-18.
This project includes Senate Bill 1 (SB1) funding. The Contractor shall procure and
install one 96"x6O" C48 (CA) construction project funding identification sign per this
section. The sign specifications for C48 (CA) are included in Appendix D Location of
project funding sign shall be approved the Engineer prior to installation. Payment for
procurement and installation of sign C48 (CA) shall be included as part of the
Mobilization and Demobilization bid item.
Page SP 25 of 38
PART 3 - CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.1 General.
Add to this Section:
In addition to the work outlined in Section 300-1, "Clearing and Grubbing," of the
Standard Specifications, the following items of work are included under Clearing and
Grubbing unless otherwise covered by a specific bid item:
a) Removal and disposal of all vegetation, trash and other objectionable material
within project limits.
b) Maintaining dust control at all times by watering, including developing a water
supply and furnishing and placing all water required for work done in the
Contract, including water used for extra work.
c) Protection and maintaining existing improvements, including utilities, trees,
plants, irrigation, temporary capping of facilities, fences, walls and other facilities
within the construction zone, except those specifically shown on the Plans or
directed by the Engineer to be removed or relocated.
d) Maintenance of the site in a neat and orderly condition throughout the
construction period and clearing and removal of debris from site of work.
e) Removal of all USA mark -outs.
All other removals shall be included in the various items of work and no additional
compensation shall be allowed therefor.
300-1.3 Removal and Disposal of Materials
Removal and disposal of material shall be done by City approved licensed and
Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be
found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and
then selecting the link for Franchised Haulers List.
300-1.3.1 General
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
shall remove any broken concrete, debris or other deleterious material from the job site
at the end of each workday or as directed by the Engineer. All areas of roadway
removal and replacement shall have a minimum trench width of 3-feet to facilitate
maximum compaction. Pavement repairs adjacent to new concrete improvements shall
Page SP 26 of 38
have a minimum width of 2-feet. Removals due to repair pavement distresses shall be
removed to 2-feet beyond the edge of the distress. Contractor shall meet with the
Engineer to mark out the areas of roadway removal and replacement.
Non -reinforced concrete and asphalt wastes generated from the job site shall be
disposed of at a facility that crushes such materials for reuse. Excess soil and other
recyclable solid wastes shall not be disposed of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer and provide appropriate confirmation documentation
from the recycling facility. All material disposal manifests shall be provided to the
Engineer prior to release of final retention.
The Contractor shall dispose of all excess or waste material and shall include all fees
for such disposal in the appropriate bid items.
Reinforcing or other steel may be encountered in portions of concrete to be removed.
No additional compensation will be allowed for the removal of concrete containing
reinforcing or other steel.
Backfill shall be placed and compacted to fill any other voids created by removals and to
bring the subgrade up to grade. This includes import fill if required. Backfill shall be
placed and compacted in accordance with Section 300-4 "Unclassified Fill" of the
Standard Specifications. This work (including import fill if required) shall be included in
the individual removal item and no additional payment will be allowed therefor.
300-1.3.2 Requirements
(a) Bituminous Pavement. Bituminous pavement shall be removed to neatly sawed
edges with saw cuts made to a minimum depth of three (3) inches. Joins to existing
pavement lines shall be full depth sawcuts. Final removal between the sawcut lines
may be accomplished by the use of jackhammers or sledgehammers. Pavement
breakers or stompers will not be permitted on the job. The Engineer must approve final
removal accomplished by other means.
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley
Intersections. Concrete shall be removed from existing joint to existing joint.
Alternatively, with prior approval from the Engineer, existing concrete may be neatly
sawed to form straight edges to join proposed concrete improvements. Saw cuts on
concrete surfaces shall be a minimum of two (2) inches deep. Saw cuts on asphalt
pavement shall be full depth. Final removal between the sawcut lines may be
accomplished by the use of jackhammers or sledgehammers. Pavement breakers or
stompers will not be permitted on the job. The Engineer must approve final removal
accomplished by other means. Join new PCC pavement and cross gutters to existing
per City Standard Dwg. No. 108. Sidewalks and driveways do not require this detail.
Page SP 27 of 38
SECTION 301 — TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF
BASE MATERIALS
301-1.8 Unstable Materials
If unstable materials are exposed, the following recommendations can be implemented.
Unstable or soft subgrade conditions can be identified during construction by surface
yielding under rubber -tired equipment loading and/or the inability to achieve proper
compaction. The condition of the subgrade should be evaluated by the Engineer during
the scarification and re -compaction efforts. Drying back of localized wet soil conditions
can be performed to address unstable soils if time allows. If drying back soil is not a
practical option, other remedial measures is recommended to stabilize the subgrade
prior to placement of aggregate base and/or asphalt concrete.
Depending on the extent and severity of the instability, the recommended measures to
stabilize the subgrade may include increasing the AC base lift thicknesses by an
additional 4 to 8 inches to "bridge" over the unstable conditions. The recommended
thicknesses of remediation could be greater, or less, depending on the conditions
encountered. Any areas that require remediation should be observed by the Engineer
to confirm the effectiveness of the recommendations provided herein.
The intent of these recommended remediation methods is to achieve a non -yielding
subgrade when subjected to relatively heavy, rubber -tired construction equipment
loading such as a loaded water truck or loader with full bucket. The remediated areas
should be proof -rolled with this type of equipment after remediation to confirm that the
subgrade is unyielding.
301-2 UNTREATED BASE
301-2.3 Compacting
Replace the third paragraph with the following: "The relative compaction of each layer of
compacted base material shall not be less than 95 percent as evaluated by ASTM
D 1557."
SECTION 302 - ROADWAY SURFACING
302-1 COLD MILLING OF EXISTING PAVEMENT
302-1.1 General
The milled pavement shall be paved with asphalt concrete (base course, leveling course
or finish course) on the same day that the cold milling is performed. The limits of work for
each working day or night shall extend only as far as both cold milling and placement of
asphalt concrete (or ARHM) can be completed to assure that no pavement is left milled
without placement of asphalt concrete (or ARHM) base course, level course or finish
course at the end of the each work day or night.
Page SP 28 of 38
The pavement evaluation report indicated existing pavement fabric and underground
concrete pavement throughout most of the project limits along Balboa Boulevard. The
Pavement Evaluation and Design Recommendations Report (pavement report) for
Balboa Boulevard and the boring log on Sheet 2 of the Plans indicate the location and
depth of the existing pavement fabric. The pavement report and available *.kmz files
indicate the approximate location and depth for the existing underground concrete
pavement on Balboa Boulevard. The Plans indicate the approximate locations where
cold milling of the existing underground concrete pavement will be required. However,
Contractor shall confirm exact location and depth with pavement cores (or another
method approved by the Engineer) prior to cold milling.
On Balboa Boulevard, the material below the milling depth and above the underlying
concrete pavement (referred to as "residual AC") may delaminate (loosen and de -bond)
during cold milling operations. After cold milling, the residual AC shall be scraped with a
skid steer, blade, or other approved construction equipment to confirm its integrity, as
evaluated by the City. The City will then determine whether the residual AC shall be
removed, and, if necessary, the limits and depth of removal. The void left by any
removal of residual AC shall be filled with additional ARHM leveling course. Multiple lifts
may be required based on thickness of leveling course.
302-1.7 Work Site Maintenance
In addition to the required motorized street sweepers following the cold milling machine,
the Contractor shall provide two (2) additional motorized sweepers for the duration of the
grinding and paving operation.
302-5 ASPHALT CONCRETE PAVEMENT
302-5.1 General
In residential areas, no highway rated equipment or trucks are to be used (eg. no super
trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be
approved by Engineer. Holes, spalls, and cracks greater than 1/4-inch in width shall be
filled and compacted to 95% minimum. The pavement shall then be cleaned with a
power broom.
Longitudinal joints between two passes of asphalt concrete shall be along a lane line.
302-5.4 Tack Coat
Add the following: "Additionally, trackless tack coat shall be applied to all cold milled
surfaces and all paving joints (not just cold joints). It shall be also applied the surface of
all leveling and bases courses unless the new lift is being paved on the same day as the
preceding lift and the preceding lift has a clean surface. Tack coat shall be applied with
complete and uniform coverage and shall not be over sprayed onto adjacent pavement
when applying."
Page SP 29 of 38
302-5.8 Manholes (and Other Structures)
All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to
pavement cold milling. Upon completion of finish course, the top of manholes, water
valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness
requirement as specified in 302-5.6.2. Manholes and valves that are too shallow to be
temporarily lowered shall be protected in place. The Contractor shall adjust all
temporarily lowered manholes and valves to the new finished grade within five (5)
calendar days of completing the finish course.
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
302-6.7 Traffic and Use Provisions
Concrete pavement shall be available for vehicular traffic within 24 hours of pour. The
Contractor shall not allow vehicular traffic on new concrete until the concrete has
attained a minimum compressive strength of 3000 psi. High early strength concrete
may be attained to meet the time constraints by the use of additional portland cement or
chemical admixtures in accordance with Section 201-1 and with prior approval of the
Engineer. The cost of high early strength concrete shall be included in the unit prices
for all concrete bid items.
302-9 ASPHALT RUBBER HOT MIX (ARHM)
302-9.1 General
The top layer of ARHM (finish course) shall be placed in a separate lift. Longitudinal
joints between two passes of asphalt concrete shall be along a lane line.
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303-5.1 Requirements
303-5.1.1 General
Sidewalks and curb access ramps shall be opened to pedestrian access on the day
following concrete placement. In addition, all forms shall be removed, irrigation systems
shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72
hours following concrete placement.
Dimensions of curb and gutter (curb height, gutter width, flowline depth) in repairs areas
shall match adjacent existing curb and gutter dimensions unless otherwise shown. Curb
height shall vary when adjacent to existing sidewalk being protected in place.
Page SP 30 of 38
Contractor shall provide field survey elevations twenty (20) feet on either side of the
proposed concrete improvements along the flowline to confirm positive drainage. If
positive drainage is not attainable, Contractor shall notify the Engineer prior to
completing the concrete improvements.
Contractor shall maintain the existing drainage pattern in the new gutter pan for the
installation of new truncated domes on existing curb ramps (construction note 11 of the
plans). This will require the Contractor document the existing drainage pattern prior to
removal of the curb and gutter.
Concrete replacement shall extend from existing joint to existing joint.
Truncated domes shall be per City Standard Drawing No. 181.
Remove and reinstall existing concrete pavers as required for installation of new
truncated dome pavers on curb ramps per Interlocking Concrete Pavement Institute
(ICPI) Technical Specification 6 included in Appendix C.
Concrete driveways and cross gutters shall be available for vehicular traffic within 24
hours of pour. The Contractor shall not allow vehicular traffic on new concrete until the
concrete has attained a minimum compressive strength of 3000 psi. High early strength
concrete may be attained to meet the time constraints by the use of additional portland
cement or chemical admixtures in accordance with Section 201-1 and with prior
approval of the Engineer. The cost of high early strength concrete shall be included in
the unit prices for all concrete bid items.
303-5.5 Finishing
303-5.5.2 Curb
The Contractor shall repaint any red curb that is damaged or removed. The curb shall
be repainted to match the original red curb lengths." Red Paint shall be "Red Fast Dry",
Product Code 181 manufactured by American Traffic Products, Inc. or approved equal.
Paint can be purchased by contacting Scott Givens, Roadline Products, 562-404-8889.
The Contractor shall repaint any blue or green curb that is damaged or removed. The
curb shall be repainted to match the original blue or green curb lengths.
Curb marking shall be reinstalled within 48 hours from re -pouring of concrete curbs.
Contractor shall place Temporary No Parking ANYTIME signs on barricades where red
curb marking has been removed and maintain the signs until the curb marking has been
replaced.
303-5.5.4 Gutter
The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations
shown on the plan.
Page SP 31 of 38
303-5.7 Repairs and Replacements
Add to this section: "Where any concrete requires repair before acceptance, repair shall
be made by removing and replacing the entire area between joints, and not by
refinishing the damaged portions."
SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND
PAVEMENT MARKERS
314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
314-2.1 General
The Contractor shall remove all existing traffic striping and pavement markings by
grinding. Other methods such as sandblasting will not be allowed. Temporary painted
striping shall be placed within 24 hours of removal.
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT
MARKINGS
314-4.1 General
Temporary painted traffic striping and markings shall be lane marking paint applied at
15 mil in one coat, as soon as possible and within 24 hours after the level course, finish
course or slurry seal has been placed. The width of the temporary lane line stripes shall
be one-half the width of the permanent final stripes. Temporary crosswalks and stop
bars stripes shall be full width and shall be placed prior to opening the street to traffic.
Tabs and/or "cat -tracking" stripes shall also be placed prior to opening the street to
traffic. Tabs and/or "cat -tracking" will not be accepted as temporary striping.
Upon completion of AC base or leveling course, temporary striping shall be installed.
314-4.2 Control of Alignment and Layout
314-4.2.1 General
The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be
responsible for the completeness and accuracy of all layout alignment and spotting.
Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on
the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and
pavement markings within 24 hours after the removal or covering of existing striping or
markings. No street shall be without proper striping over a weekend or holiday. Stop bars
and crosswalks shall not remain unpainted overnight.
314-4.4 Thermoplastic Traffic Striping and Pavement Markings
314-4.4.1 General
Page SP 32 of 38
The final reflectorized thermoplastic striping shall not be applied until the finish course
pavement or slurry seal has been in place for at least 10 days but no later than 15 days.
The thermoplastic shall be applied at 1.5 mm (60 mil) to 2.0 mm (80 mil) thickness for
all striping except crosswalks and limit lines which shall be 2.5 mm (100 mil) to 3.0 mm
(120 mil) thickness. Striping shall be applied by extrusion method. Sprayable
thermoplastic striping shall not be allowed.
If the Contractor fails to perform striping as specified herein, the Contractor shall cease
all contract work until the striping has been properly performed. Such termination of
work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and
re -notify the affected residents, at the Contractor's sole expense. In addition, if the
Contractor removes/covers/damages existing striping and/or raised pavement markers
outside of the work area, he shall re-stripe/replace such work items at no cost to the
City.
314-4.4.2 Surface Preparation
Primer shall be applied to concrete surfaces prior to application of thermoplastic
striping. The primer shall be formulated for the intended application. The concrete
surface shall be roughened along the thermoplastic striping. The width of the roughened
concrete surface shall match the width of the striping.
Add Section 314-4.7 — Application of Preformed Green Thermoplastic Markings
314-4.7 Application of Preformed Green Thermoplastic Markings
Install preformed green thermoplastic markings per manufacturer's recommendations.
314-5 PAVEMENT MARKERS
314-5.1 General
Raised pavement markers shall not be placed until the finish course pavement or slurry
seal has been in place for at least 10 days but not later than 15 days.
Add Section 315 — TRAFFIC SIGN INSTALLATION
SECTION 315 - TRAFFIC SIGN INSTALLATION
Location of traffic signs shown on plans is approximate and shall be approved by the
City prior to installation. Signs shall be installed at a clear height of seven feet at
minimum unless otherwise shown on plans.
Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt.
Contractor shall USA location prior to installing sign.
Anti -seize lubricant shall be applied to hardware/fasteners prior to installation.
Page SP 33 of 38
Refer to CNB DWG 924 for typical sign installation.
Signs shall be reinstalled within 72 hours of removal. Regulatory signs, including but
not limited to "STOP", "YIELD", Lane Designation and/or "No Parking" signs, shall be
installed on barricades and placed where the removed sign was installed. Contractor
shall maintain the temporary sign(s) until the sign(s) are reinstalled. Temporary "No
Parking" signs, printed with specific information regarding the no parking zone, may
temporarily replace removed "No Parking" signs.
PART 6 - TEMPORARY TRAFFIC CONTROL
SECTION 600 - ACCESS
600-1 GENERAL
Since there are two construction phases there will be four (4) door hangers notices that
will be required for distribution. Ten (10) working days prior to starting of each work
phase, the Contractor shall distribute construction notices to residents within 500 feet of
the project, describing the project and indicating the limits of construction. The City will
provide the notices.
Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to
the residents a second written notice prepared by the City clearly indicating specific
dates in the space provided on the notices when construction operations will start for
each block or street. An interruption of work at any location in excess of 14 calendar
days shall require re -notification. The Contractor shall insert the applicable dates and
times at the time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re -notification using an explanatory
letter furnished by the City.
600-2 VEHICULAR ACCESS
The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs
(even if streets have posted "NO PARKING" signs) which shall be posted at least forty-
eight hours in advance of the need for enforcement. The signs will be provided by the
City at no cost to the Contractor. However, the City reserves the right to charge $2.00
per sign following any excessive abuse or wastage of the signs by the Contractor. In
addition, it shall be the Contractor's responsibility to notify the City's Police Department
at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the
need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at
the Public Works Department public counter.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2-inch high non -erase letters and numbers. A sample
of the completed sign shall be reviewed and approved by the Engineer prior to posting.
Page SP 34 of 38
After posting temporary" NO -PARKING -TOW AWAY" signs, the Contractor shall cover
street sweeping signs and parking meters, on those streets adjacent to the construction
with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The
contractor shall also cover all street sweeping signs on the opposite side of the street
from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved
by the Engineer. Immediately after construction is complete and the street is opened to
traffic, the Contractor shall remove all signs and uncover the street sweeping signs.
City "PERMIT PARKING ONLY" signs are available from the Engineer.
600-3 PEDESTRIAN ACCESS
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work
must be maintained at all times. The Contractor shall cooperate with the Engineer to
provide advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction.
The Contractor shall maintain a path of travel for pedestrians on one side of the street at
all times.
SECTION 601 — WORK AREA TRAFFIC CONTROL
601-1 GENERAL
The Contractor shall furnish and install signage, barricades, delineators, yellow safety
ribbons, changeable message signs (CMS), and any other measures deemed
necessary by the Engineer to safely direct the public around areas of construction, and
into and out of the affected establishments. Messages for the CMS shall be updated by
the Contractor as directed by the Engineer.
601-2 TRAFFIC CONTROL PLAN (TCP)
The Contractor shall submit to the Engineer, at least five working days prior to the pre -
construction meeting, traffic control plans and/or detour plans for each street and
parking lot. The Contractor shall be responsible for processing and obtaining approval
of a traffic control plans from the Engineer. The Contractor shall adhere to the
conditions of the traffic control plan. Traffic control plans shall be prepared by a
licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC
CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be
signed and sealed by a California licensed traffic engineer. Traffic control and detours
shall incorporate the following items:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a minimum
of inconvenience to the public.
Page SP 35 of 38
3. All advanced warning sign installations shall be reflectorized and/or lighted.
4. The Contractor shall accommodate the City's trash collection. If the
Contractor elects to work on a street or alley during its trash collection day, it
shall be the Contractor's responsibility to make alternative trash collection
arrangements by contacting the City's Refuse Superintendent, at (949) 718-
3466 and all affected property owners.
5. At a minimum, the Contractor shall maintain one lane of traffic in each
direction at all times when completing the work. Temporary striping may be
required and shall be shown on the TCP.
6. Sidewalk closures in non-residential areas, or as determined by the City, shall
be set with barricades and SIDEWALK CLOSED signs on barricades at the
closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at
the closest crosswalk or controlled intersection.
7. Sidewalk closures in residential areas, or as determined by the City, shall be
set with barricades and SIDEWALK CLOSED signs on barricades at the
closure.
8. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE
CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs
mounted on barricades in order on the approach and at the closure.
PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS
SECTION 700 — MATERIALS
700-5 TRAFFIC SIGNAL MATERIALS
700-5.8 Detectors
Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop
sealant shall be Hot -Melt Rubberized Asphalt Sealant.
SECTION 701 — CONSTRUCTION
701-17 TRAFFIC SIGNAL CONSTRUCTION
701-17.6 Detectors
701-17.6.3 Inductive Loop Detectors
Page SP 36 of 38
All installed loop detectors shall be completely functional to the satisfaction of the
Engineer within five consecutive working days after placement of pavement finish
course.
Loop detectors shall be installed per City Standard Drawing No. 923.
PART 8 - LANDSCAPING AND IRRIGATION
Landscaping and irrigation system damaged by the work shall be repaired in -kind to
match the existing conditions to the satisfaction of the Engineer. This work shall be
considered incidental to the various bid items of work and no additional compensation
shall be allowed therefor. Slopes shall be regraded to a maximum slope of 3:1 from the
new improvement to meet existing adjacent surface.
SECTION 800 - MATERIALS
800-1 LANDSCAPING MATERIALS
800-1.1 Topsoil
800-1.1.1 General
Topsoil shall be Class A (imported), if required.
800-1.6 Root Barrier
800-1.6.1 General
Root barriers shall be "Century" CP182 or approved equal.
SECTION 801 - INSTALLATION
801-1 GENERAL
Root barriers shall be installed per manufacturers' recommendations.
The Contractor is responsible for clearing and grubbing, pruning and removing tree roots
that interfere with the work. The Contractor shall submit recommendations by its arborist to
the City for review for safely pruning and removing tree roots. No roots shall be pruned
or removed unless this submittal is returned to the Contract as satisfactory. Prior to the
submittal, the Contractor shall arrange to meet with the City Arborist at the site to discuss
City standards and requirements.
If required, the submittal shall adhere to the following guidelines.
1. Root Pruning
Page SP 37 of 38
a. Whenever possible, root pruning shall only be done on one side of the tree
unless specifically authorized by the City Arborist.
b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable
tool.
2. Arbitrary Root Cut
a. A straight cut with a root -cutting machine shall be made.
b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs,
and shall be made as far away from the tree base as possible.
3. Selective Root Pruning
a. This process involves selectively removing offending roots when a tree trunk or
root flare is less than 2 feet from the sidewalk and/or the size, species or
condition of the tree warrants a root cut to be hazardous to the tree or when
there is only one minor offending root to be removed and/or the damage is
minimal (i.e., only one panel uplifted, etc.)
b. Selective root pruning shall be performed with an ax or stump -grinding machine
instead of a root -pruning machine.
c. All tree roots that are within the sidewalk construction area shall be removed
or shaved down.
d. Roots greater than two inches in diameter that must be removed, must be
pre -approved by the City Arborist.
e. Roots shall be selected for removal on the basis that will have the least impact
on the health and stability for the tree.
Page SP 38 of 38
-
r, r ®i �®
IK
G, r 1pi
!llli l}► � �i.
n T�s i
-
®'
r
City of Newport Beach
Balboa Boulevard — Medina Way to G Street
Pavement Evaluation and Design Recommendations Report
February 23, 2022
Updated March 30, 2022
GMU Project No. 21-252-00
GMU
23241 Arroyo Vista
Rancho Santa Margarita, CA 92688
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
TAR1.E OF CONTENTS
Description Page
1. INTRODUCTION...................................................................................................................... 3
1.1 PURPOSE.............................................................................................................................
3
1.2 SCOPE..................................................................................................................................
3
2. LOCATION AND PROJECT INFORMATION........................................................................
4
3. FIELD EXPLORATION............................................................................................................
4
3.1 PAVEMENT SURFACE CONDITION ASSESSMENT....................................................
4
3.2 PAVEMENT CORINGS......................................................................................................
4
3.3 FALLING WEIGHT DEFLECTOMER TESTING.............................................................
5
3.4 GROUND PENETRATING RADAR TESTING................................................................
5
4. LABORATORY TESTING........................................................................................................
6
5. PAVEMENT ENGINEERING ANALYSIS..............................................................................
6
6. CONCLUSIONS AND RECOMMENDATIONS.....................................................................
7
6.1 DEFLECTION TESTING RESULTS..................................................................................
7
6.2 OVERALL CONCLUSIONS...............................................................................................
8
6.3 PAVEMENT REHABILITATION RECOMMENDATIONS .............................................
8
6.3.1 Localized AC Repairs....................................................................................................
8
6.3.2 Mill-and-Overlay...........................................................................................................
9
6.3.3 Reflective Cracking Limiting Recommendations..........................................................
9
6.4 UNSTABLE MATERIALS................................................................................................
10
6.5 SPECIFICATIONS.............................................................................................................
11
7. EXPECTATIONS.....................................................................................................................
11
7.1 REFLECTIVE CRACKING...............................................................................................
11
7.2 DESIGN LIFE....................................................................................................................
11
8. LIMITATIONS.........................................................................................................................
12
9. CLOSURE................................................................................................................................
13
February 23, 2022 (updated March 30, 2022) 1
GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
Attachments:
Plate 1 — Location Map
Plate 2 — AC Core Hole Location Map
Plate 3 — Pavement Coring Summary Table
Plate 4 — Pavement Deflection Testing Data Map
Plate 5 — Areas of Interest for Localized AC Repairs
Plate 6 — Approximate Locations of Potential Underlying PCC
Plate 7 — Pavement Rehabilitation Alternatives Summary Table
Appendix A — Select Photographs
Appendix B — Laboratory Data Summary
February 23, 2022 (updated March 30, 2022) 2 GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
1. INTRODUCTION
1.1 PURPOSE
This report presents a summary of our pavement evaluation of Balboa Boulevard from Medina
Way to G Street. This roadway segment is located in the City of Newport Beach, California. An
evaluation was performed to assess the existing condition of the roadways and to develop
pavement rehabilitation recommendations to improve its condition. Information such as the
pavement's current surface condition, coring data, laboratory testing results, and pavement's
structural condition through falling weight deflectometer (deflection) testing was evaluated and
analyzed to develop pavement rehabilitation recommendations presented in this report.
1.2 SCOPE
The following scope of work was performed, as outlined in our scope and fee proposal dated
September 3, 2021:
• Pavement surface condition assessments were performed to identify distress types and
severity levels in general accordance with ASTM D6433.
• Coring locations were selected in areas of interest and delineated. Dig Alert was notified
to identify potential conflicts with known underground utilities prior to drilling.
• Pavement corings were drilled at various locations throughout the street segment to
measure and identify the in -situ pavement layer(s), including AC thicknesses, PCC
thickness, aggregate base thicknesses, and subgrade soil types.
• Samples collected from the pavement corings were returned to our laboratory and tested
for various engineering properties, including R-value, soil classification, and moisture
content testing.
• Pavement deflection testing was performed using a Falling -Weight Deflectometer (FWD)
to collect deflection data for pavement structural evaluation and overlay thickness analysis
and design.
• Ground penetrating radar (GPR) testing was performed to evaluate potential areas of
underlying PCC and the approximate thickness of the overlaying AC layer.
• Pavement engineering analysis was performed to develop pavement rehabilitation
recommendations.
• Based on a combination of the above information, localized AC repair locations (patches)
were mapped out.
• This report was prepared to summarize our work, findings, conclusions, and
recommendations for the pavement rehabilitation of Balboa Boulevard from Medina Way
to G Street.
February 23, 2022 (updated March 30, 2022) 3 GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
2. LOCATION AND PROJECT INFORMATION
This project involved evaluating Balboa Boulevard from Medina Way to G Street in the City of
Newport Beach, California. Balboa Boulevard is approximately 4,500 centerline -feet in length
(13,000 total lane -feet) and generally consists of two travel lanes per direction between Medina
Way and A Street and one travel lane per direction between A Street and G Street. In general, the
opposing directions of travel are separated by a flush median lane. Some raised landscaped islands
exist. The outside edge of roadway in both directions are bounded by a parking lane and concrete
curbs and gutters.
The location of Balboa Boulevard from Medina Way to G Street is illustrated on Plate 1 —
Location Map.
3. FIELD EXPLORATION
3.1 PAVEMENT SURFACE. CONDITION ASSESSMENT
Pavement surface condition assessments were performed in December 2021. The type, severity,
and extent of the various observed distresses were documented in general accordance with ASTM
D6433.
In summary, the pavement condition varied throughout the alignment and prevalent distresses
observed include:
• Longitudinal cracking: low- to medium -severity
• Transverse cracking: low- to medium -severity
• Alligator cracking: low- to medium -severity
• Weathering: low- to medium -severity
• Reflective Cracking: low- to medium -severity
• Patching: low- to medium -severity
Overall, the condition of Balboa Boulevard varies between "Fair" and "Satisfactory" conditions.
Select photographs of the pavement surface condition is presented in Appendix A — Select
Photographs.
3.2 PAVEMENT CORINGS
A total of eleven (11) pavement coring locations were explored on January 7, 2022, on Balboa
Boulevard from Medina Way to G Street, as shown on Plate 2 — AC Core Hole Location Map.
The locations were selected based on the information gathered from the pavement surface
condition assessments to target areas of interest (i.e., areas that contain cracking patterns indicative
of weak subgrade or thin pavement), pavement deflection testing to target areas of high deflection,
as well as to gather data from distributed locations throughout the project limits.
February 23, 2022 (updated March 30, 2022) 4 GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
The corings were performed using a 6-inch-diameter electric core drill. The thickness of the asphalt
concrete (AC), underlying Portland Cement Concrete (PCC), and underlying aggregate base (AB)
layers, where encountered, was recorded. The depth to subgrade and visual classification of the
subgrade samples were also recorded. Bulk samples of the subgrade were collected and delivered
to GMU's laboratory for further evaluation. The corings were backfilled with aggregate base and
capped with asphalt concrete (AC) cold patch.
The existing AC layer thickness ranges from 1.5 inches to 11.5 inches and averages 5.25 inches.
Except coring location C-2, paving fabric was encountered at all coring locations at approximate
depths ranging from 1.5 to 3.0 inches within the AC layer.
An underlying PCC layer was encountered at 6 out of the 11 locations (C-1, C-3, C-5, C-7, C-8,
and C-10). The PCC layer thickness ranges from 4.0 inches to 11.5 inches, and averages 7.5 inches.
Aggregate base layer was encountered at coring locations C-4 and C-6, with a thickness of 7.5
inches and 4.5 inches, respectively. An underlying aggregate base layer was not present wherever
an underlying PCC layer was identified (underlying PCC was constructed on top of native
subgrade).
Plate 3 — Pavement Coring Summary Table provides additional information gathered from the
pavement corings.
3.3 FALLING WEIGHT DEFLECTOMER TESTING
Falling weight deflectometer (deflection) testing was performed on December 20, 2022, in
accordance with Caltrans Test Method CT 356. In summary, this test method involved applying a
9,000-pound impact load to the pavement surface and measuring the pavement's deflection
response. Higher deflection readings generally indicate lower pavement structural strength.
Tests were performed at approximately 50-foot intervals in all through travel lanes. A total of
approximately 200 locations were tested along Balboa Boulevard. Each deflection test point was
geo-referenced using a GPS system. The tests were staggered between the lanes in both directions
of travel to increase testing coverage.
The results of the deflection tests are visually summarized in Plate 4 — Pavement Deflection
Testing Data Map.
3.4 GROUND PENETRATING RADAR TESTING
GPR testing was performed on February 18, 2022 to identify areas with potential underlying
Portland Cement Concrete (PCC) pavement and pavement layer thickness information. Testing
was carried out using a GSSI SIR30-420000S GPR system. GPR testing involves emitting a series
of radar waves from an antenna and into the pavement structure while traveling at traffic speed.
RADAN 7 software is used to analyze the GPR data gathered and estimate the various material's
February 23, 2022 (updated March 30, 2022) 5 GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
dielectric constant and identify pavement layer types. The depths to the bottom of each pavement
layer were calculated based on round trip travel time of the GPR signal and an estimated velocity,
which was determined by comparing and matching computed GPR depths to the available coring
data.
Based on GPR testing and analysis, Plate 6 — Approximate Locations of Potentially Underlying
PCC is provided. A Google Earth .kmz file is also provided to allow this data to be dynamically
observed and includes additional data such as the overlaying AC layer and underlying PCC layer
thicknesses.
4. LABORATORY TESTING
Laboratory tests were performed on select samples retrieved from the corings to evaluate various
engineering properties of the subgrade soils. The laboratory tests performed include:
• R-value;
• Sieve No. 200 wash for soil classification;
• Atterberg Limits for soil classification;
• Maximum density and optimum moisture content;
• Sulfate content; and
• In -place moisture content.
The results of the laboratory testing are summarized and presented in Appendix B — Laboratory
Data Summary.
5. PAVEMENT ENGINEERING ANALYSIS
Engineering analyses was performed in accordance with the Caltrans Highway Design Manual.
Topic 633 of the Caltrans Design Manual was followed to develop pavement thickness design
recommendations. This design method considers the relationship between the subgrade R-value,
gravel factor of the various pavement layers, and the traffic index (TI).
Additionally, Topic 635 was followed to perform the pavement deflection testing and to analyze
the pavements' in -situ structural adequacy. The data was reviewed to develop overlay thickness
recommendations. This design method considers the relationships between the measured
deflection reading, tolerable deflection values, traffic index, and the in -place pavement layer
thicknesses. The 20-year Traffic index (TI) values utilized in our analysis are provided in Table 1
below.
February 23, 2022 (updated March 30, 2022) 6 GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
Table 1: Traffic Index (TI) Values Utilized in the Analysis
Section
Direction
Design Traffic Index
Balboa Boulevard
Medina Way to Palm Street
Northbound
8.0
Southbound
Balboa Boulevard
Palm Street to A Street
Northbound
7.5
Southbound
7.0
Balboa Boulevard
A Street to G Street
Northbound
7.5
Southbound
7.0
6. CONCLUSIONS AND RECOMMENDATIONS
6.1 DEFLECTION TESTING RESULTS
The following table summarizes the results of the pavement deflection tests and analysis.
Table 2: Deflection Analysis Summary and Findings
80th
Design
AC
Tolerable
percentile of
Section
Traffic
Thickness
Deflections
measured
Findings
for
at Surface
surface
Index
Analysis
(TDS), mils
deflection
D80
Balboa Boulevard
8 0
"Treated-
14.0
1?.7
Structurally
Medina Way to Cypress Street
Base"
adequate(l)(2)
Balboa Boulevard
8 0
"Treated-
14.0
10.9
Structurally
Cypress Street to Palm Street
Base"
adequate(1)(2)
Balboa Boulevard
7'S
"Treated-
15.0
9.7
Structurally
Palm Street to A Street
Base"
adequate(OP)
Balboa Boulevard
7'S
"Treated-
15.0
20.1
Structurally
A Street to B Street
Base"
inadequate
Balboa Boulevard
7.5
"Treated-
15.0
9.9
Structurally
B Street to C Street
Base"
adequate(')(2)
Balboa Boulevard
5
7..0
"Treated-
15
14.3
Structurally
Street to D Street
Base„
adequate(OP)
q (OP)
Balboa Boulevard
7.5
"Treated-
15.0
10.7
Structurally
D Street to G Street
Base „
adequate pl(2)
Note (1): Although structurally adequate as -is overall, mill -and -overlay rehabilitation is recommended to address
aging/materials related surface distresses (longitudinal, transverse, block cracking, and surface weathering/raveling),
utility trench cuts, localized areas of load -related distresses, and reflective cracking design. See Section 6.3
Pavement Repair Recommendations.
Note (2): Select areas of localized patch repairs are recommended. See Section 6.3 Pavement Repair
recommendations.
February 23, 2022 (updated March 30, 2022) 7 GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
6.2 OVEIZXL1, CONCLI SIONS
It is our opinion the following factors contributed to the pavement deterioration on Balboa
Boulevard:
• The asphalt concrete pavement within the project limits have developed significant aging -
and materials -related distresses, including raveling/weathering and longitudinal,
transverse, and block cracking. As the pavement ages, it becomes increasingly brittle,
leading to the development of these distress types. As these cracks worsen over time, they
will allow additional moisture through the cracks and weaken support provided by the
underlying layers.
• A distinct rectangular surface cracking pattern was encountered throughout significant
portions of Balboa Boulevard. This type of surface cracking is the result of subsurface
reflective cracking that originated from underlying PCC joints.
• Except between A Street and B Street, the pavement is structurally adequate based on the
Falling Weight Deflectometer (FWD) testing and analysis.
6.3 PAVE- IEN'I' REHABILITATION' RECOIINIENDATIONS
To improve the condition of Balboa Boulevard and achieve a 20-year design life, we recommend
implementing the recommendations provided herein and summarized in tabular format on Plate 7
— Pavement Rehabilitation Alternatives Summary Table.
6.3.1 Localized AC Repairs
Perform localized AC repairs is necessary at locations containing medium- or high -severity
structural related distresses (i.e., alligator cracking, potholes, depressions) prior to installing the
AC or ARHM leveling course or overlay. The approximate locations of the localized AC repairs
indicated on Plate 5 — AC Localized Repair Map.
Localized AC repairs consist of the following:
Excavate and export materials at the recommended localized AC repair locations to
accommodate the minimum recommended full -depth AC section. Portions the roadway
may contain underlying PCC (for additional guidance, see Plate 6 — Approximate
Locations of Potential Underlying PCC). If sound underlying PCC is exposed, limit the
depth of removal to the top of the PCC section.
• If underlying PCC does not exist, the soil at the bottom of the excavation should be
scarified to the depth of at least 6 inches, moisture conditioned to 2 percent above optimum
moisture content, and re -compacted to at least 90 percent of the material's maximum dry
density (ASTM D 1557).
February 23, 2022 (updated March 30, 2022) 8 GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
Construct a full -depth localized AC repair section per the thickness recommended in Table
3 using a 3/4-inch maximum Standard Specifications for Public Works Construction
(Greenbook) AC mix with PG 64-10 asphalt binder.
Note that existing paving fabric was encountered during the pavement corings at various
locations. See Plate 3 — Pavement Coring Summary Table for locations where fabric
was encountered during coring.
Table 3: Recommended Minimum AC Localized Repair Thickness
Section
Direction
Design
Traffic Index
Minimum localized
AC Repair
Thicknesstilt2>
Balboa Boulevard
Medina Way to Cypress Street
Northbound
8.0
8.0 inches
Southbound
Balboa Boulevard
Cypress Street to Palm Street
Northbound
Southbound
Balboa Boulevard
Palm Street to A Street
Northbound
7.5
7.5 inches
Southbound
7.0
7.0 inches
Balboa Boulevard
A Street to B Street
Northbound
7.5
7.5 inches
Southbound
7.0
7.0 inches
Balboa Boulevard
B Street to C Street
Northbound
7.5
7.5 inches
Southbound
7.0
7.0 inches
Balboa Boulevard
C Street to D Street
Northbound
7.5
7.5 inches
Southbound
7.0
7.0 inches
Balboa Boulevard
D Street to G Street
Northbound
7.5
7.5 inches
Southbound
7.0
7.0 inches
Note (1): If sound underlying PCC is exposed during removal, limit the depth of removal to the top of the PCC section.
Note (2): The recommended localized AC repair thickness shown is inclusive of the new rubberized AC, AC or ARHM
leveling course, and/or AC base layer thicknesses.
6.3.2 Mill -and -Overlay
Four (4) mill -and -overlay alternatives are offered that will achieve structural adequacy and are
summarized on Plate 7 — Pavement Rehabilitation Alternatives Summary Table.
The last table on Plate 7 provides the preferred alternative and reasoning for the preference.
0.3.3 Reflective Cracking Limiting Recommendations
Perform crack repairs by cleaning and filling all cracks that are >1/4-inch wide with hot -rubberized
crack sealant prior to installing the selected reflective cracking limiting system.
In addition to use of rubberized AC, one of the following reflective cracking limiting systems
must be used to satisfy reflective cracking design:
February 23, 2022 (updated March 30, 2022) 9 GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
• Recyclable high -strength fiberglass paving mat (a tensile strength increasing "pavement
interlayer system"), such as Tensar's G1asPave25, installed on top of the AC leveling
course surface. Note that this reflective cracking limiting system option should be used
only with Alternatives A, B, or C (Alternative D does not include an AC leveling course).
A 3/8-inch thick Asphalt Rubberized Aggregate Membrane (ARAM) per Greenbook
Section 203-12 (a stress -relieving "pavement interlayer system"), installed on top of the
AC leveling course surface for Alternatives A through C or installed on top of the milled
surface for Alternative D.
If neither one of these reflective cracking limiting systems are used, then an additional 1.5 inches
of AC or an additional 1.0 inch of ARHM is required to achieve an equivalent amount of reflective
cracking resistance.
6.4 UNSTABLE MATERIALS
Although unlikely based on the subgrade soil types encountered, there is some potential for
unstable materials to be exposed during construction. Areas with higher deflection measurements
will have greater potential for weak or wet subgrade conditions to be exposed during construction.
If unstable materials are exposed, the following recommendations can be implemented. Unstable
or soft subgrade conditions can be identified during construction by surface yielding under rubber -
tired equipment loading and/or the inability to achieve proper compaction. The condition of the
subgrade should be evaluated by GMU during the scarification and re -compaction efforts.
Drying back of localized wet soil conditions can be performed to address unstable soils if time
allows. If drying back soil is not a practical option, an additional 4- to 8-inch thick AC layer
referred to as a "sacrificial AC bridging" layer can be installed to stabilize the subgrade prior to
installation of the structural asphalt concrete or rubberized AC layer(s). The ultimate thickness of
the sacrificial AC bridging layer will vary depending on the extent and severity of the subgrade
instability. The sacrificial AC bridging layer should be shaped but not over compacted (i.e., waive
the typical AC compaction requirements for the sacrificial AC bridging layer). Any areas that
require remediation should be observed by the project geotechnical engineer to confirm the
effectiveness of the recommendations provided herein.
The intent of these recommended remediation methods is to achieve a non -yielding subgrade when
subjected to relatively heavy, rubber -tired construction equipment loading such as a loaded water
truck or loader with full bucket. The remediated areas should be proof -rolled with this type of
equipment after remediation to confirm that the subgrade is unyielding. Pavement constructed on
top of an unstable section will likely not achieve the required compaction and/or will experience
reduced pavement life.
February 23, 2022 (updated March 30, 2022) 10 GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
6.5 SPECIFICATIO\'S
We recommend satisfying the City of Newport Beach Specifications and the latest Standard
Specifications for Public Works Construction (Greenbook) when implementing these pavement
rehabilitation recommendations. Requirements specified within the Greenbook should be
followed, including but not limited to:
• Pavement surface preparation and tack coat application prior to installation of the
AC/ARHM leveling course and/or ARHM overlay;
• Subgrade, aggregate base, and asphalt concrete relative compaction requirements;
• AC and ARHM mixture requirements, including binder content, gradation, and Hveem
Stability requirements;
• AC paving operations, including temperatures, lift thicknesses, rolling patterns, and more.
7. EXPECTATIONS
7.1 REFLECTIVE CRACKING
Reflective cracking is the propagation of the remaining underlying cracks through the new overlay.
The rate at which remaining underlying cracks reflect through the surface is dependent on a
number of factors that are challenging to predict accurately. Some of these factors include the
width of underlying cracks that remain after milling, variability in traffic loading, climate
conditions (temperature swings resulting in expansion/contraction), and strength of the underlying
section(s) supporting the overlay.
The rule -of -thumb for reflective cracking is that cracks will propagate approximately 1-inch per
year. In other words, there is potential for underlying cracks to grow to the surface within
approximately 2 years for a 2-inch overlay when using conventional AC. The recommendations
provided in this report has been developed to reduce reflective cracking propagation rate through
use of fiber -reinforced AC, pavement interlayer systems (high -strength fiberglass paving mat),
ARAM, and/or rubberized AC.
7.2 DES[G-N LIFE
Excluding the potential for reflective cracking to propagate sooner and assuming that construction
is performed in accordance with the above recommendations and in -compliance with project
specifications, the recommendations provided offer a 20-year design life. Please note, the
pavement will develop distresses with time and should not be expected to remain distress free for
the full duration of the 20-year design -fife period. Proper pavement maintenance, including
localized AC repairs when needed, crack repairs, and proper maintenance, should be performed to
achieve a full 20-year design life. Areas that are structurally deficient and do not receive localized
repairs may not achieve the full 20-year design life.
February 23, 2022 (updated March 30, 2022) 11 GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
8. LIMITATIONS
These recommendations are only intended to support the pavement rehabilitation for the subject
site. All parties reviewing or utilizing this report should recognize that the findings, conclusions,
and recommendations presented represent the results of our professional engineering efforts and
judgments. Due to the inexact nature of the state of the art of these professions and the possible
occurrence of undetected variables in subsurface conditions, we cannot guarantee that the
conditions actually encountered during construction will be the same as those observed and
sampled during our study.
We have exercised a degree of care comparable to the standard of practice presently maintained
by other professionals in the fields of geotechnical engineering and pavement engineering, and
believe that our findings present a reasonably representative description of conditions and their
probable influence on the construction of the streets improvements. Surface cracks may develop
sooner or later depending on a number of factors that are unpredictable or not provided to us, such
as actual traffic volumes or the extent and severity of subsurface cracks that remain upon milling.
Because our conclusions and recommendations are based on a limited amount of geotechnical
exploration and analysis, all parties should recognize the need for possible revisions to our
conclusions and recommendations during construction of the project.
No other warranty, either expressed or implied, is made as to the conclusions and
recommendations contained in this report. This report has been prepared for the exclusive use of
the City of Newport Beach in accordance with generally accepted pavement engineering practices.
February 23, 2022 (updated March 30, 2022) 12 GMU Project 21-252-00
Mr. Jeff Wilkerson, STANTEC
Pavement Evaluation and Design Recommendations Report, Balboa Boulevard Pavement Rehabilitation Project, City of
Newport Beach, California
9. CLOSURE
We appreciate this opportunity to provide our pavement engineering services on your project. If
there are any questions concerning our findings or recommendations, please do not hesitate to
contact us and we will be happy to discuss them with you.
Respectfully submitted,
GMU
li Zalghout, M.Sc.
Pavement Engineer
�gQRpFESSl0 Michel El Sebaaly, M.S.c , EIT
y,,SC Fyn Staff Pavement Engire�er
�+
LU
C81529
1
grFOF CAUFr .4ieR p, c., 29
D r ctor of Pavement Engineerin
February 23, 2022 (updated March 30, 2022) 13 GMU Project 21-252-00
NEWPORT
BAY
J NEWPORT BEACH
BAY
ISLAND BALBOA j
j 3Q ISLAND
<BA_LBOA' a- I i
FPENINSULA- a'
w 6q
t �e04
m
a
N
N
N
O
N
0
BALBOA PIER
w
0
a
J ; BALBOA-
E PACIFIC ) Cr 'PENINSULA
OCEAN
0
0
0
N
N
N
N PROJECT AREA OF WORK
BALBOA BLVD, BALBOA PENINSULA
g BETWEEN MEDINA WAY AND G ST
NEWPORT BEACH, CA
N
N
" Location Map
0
N
z Date: Februa
0 000' ry 23, 2022 pate
1
a Project No.: 21-252-00
0
1�31 H3MOl 33S /
-- w
- - / 1s 0
Ov \
FS%
op ---
m
ti
N �~
G
y Z 3
fk.: D , �.
w
2
-- --- ----- Q -�
i I j i
_ >
J z - m
z
Q a p -
p �tl atl -0 I
m
N m — - - > --... m
—
a. U
CU
ov Odd U
IS-
ol
� U
I
�� I � NI7HO1bW ' 11-1HOltlW 11���JIH Wdod
S dd�i 33S
lmw4H3
nag i-. Wu- :Az - .0'01 LZOZ/s:/Z-01101e SMv'Enw �o loam apy a.oa ao -Z s�e�e-OOZSZIZ\�"P\00�
GLT.'—.17T1
y N
0 O
O N
m O izz
m o 0
aO
_ � o
i0 m OC
N
u .. �
°
d Z E
m � tN
o 'o a
3 a c
d
Z o`
0 U
U
d
O
E
i
y
v
m
d
E
-
d a
U
d
N
W
mJ
V 0
c c
«NN
m
O
L O
Yci,
d
U
a o E
c
9 c
'o-
dz
m
c
c
c
'T
N c
a m
Oc
nW
oi��
3 m
Ea
('Ia
c- c
JE
v E a
E
a
Q
a
oa
y
U
a
E o
O d
p
`DMA
a
�C'u
YO N
y
W
D E
°
m J d
« N w
L
j z
L d a
m
r
E.
ap
O d
d
O d
O
C0
1
o p o
0
2
ww )
N �e?
T
C
W
F
tcN Qy
«tq E
3
'A
1°
a
IS
u
3�
z
w d
j
>
� E
E a"
o
H
O
a
o
lo
r
C
N
y
yNU
U '^
Q yii
d
p
�
�
O J q
m ,
-
«
u
O
m
O
a
O
a
d
c S
a 'o3
W3
cy
o
X
w
X
w
N
a
H cnj
c
U
Z
z
3
d
a
d
i9
E
d
� E
Q v
V
c E
a
`d9
n
C N
y
L D dl
d
5
o
o c
m_ a
u o c -
t «
d
u
w
H
z
>
d 3 �
V N a
y
-
aa'IS
U
ozEc
o c
`m
m w 5
T m
Iz
T
z
w
a N y o,
a m
3�
v+Y
a
c
f
O
o o
W E
3
aW
m C
A
z
.x
u
_ a
m0 3
v
02
an
J b
N C
d
o
> o
G
O
a6 0- d
ae
y
o O w
`E
U
h
U
F
Ql
E
Q
C
Q
M
f
a
m
U
c
m
m
12
a
U
a
U
a
O
c d
- d
L
0
d
_
E m
L
C
-
u d
d
m J N
a
L
z
z
L
U)
d
a m
i
0
U
CN E
o
u .-
o
s
;off 'o
c
v
w
p
a<�
o -0m9m
a
w W 3
d•C v
0
~O
3 pc
_
c
z
H w c
E
7
m a
o
"
=
O
a
E
d n
't
-
U
a
ry
O
Ja
° m
d
.2 c
u
O
O
c
dim
a
a
a p a
t m
w
w
_
F
F
r
m
030'
oco
�N
L
L
O
z
O
z
3
o
d a
E
-
va
t c
d
w
d
E.-
c
O
d d m
Q
d
E N
•O `_
N
Y
�aE
d
y
C N O
O
oo'<
ad
^'wcu
�me
°
0
t v`o
rn?
oC,
o
m
c o
Q
W36
a � w
E
V
a
m
0 %
`m
3 x
10
O 9
3
E
°
-
E
o a
0
.o
0 E
E
a
c
_
5
m
L
a
Y
� o
rnv
L E N
a
0
d d C
Q v
ul
V t a
3 E
C
'o
o-
0
t
rw
w�9
£`dy
vu
n
z
O
O
Lad
cNOA
-o
-
o
L °
cpoa,
c
ic
A -ad
= d
a
W
z
a Q ,r°
3
n w 3
o c M
c
C
$ p E'v
u
=
z
owp of
3
a
E
0
O.
Oa
a
0 o
Od 'C y
U d
o
0
O
m 0
m
M
0
M
c
o
otl
a G
N
p 0
w �% o
`0
m
E
O m
p
a
r
m
4
d
�
�
c
0
a
m
U
-
n
a
a
1.
}/f f0
!/Z
J
_z
§cl
;
;/\
)
\\\
\�\
\
\
\�\
\
,
oo
ol
{ _
--
- £f
_
IL
i|
`
|;
LU
a
`
k
|
)
�
!
�
I �
�.�_.-.••.III � � �'
I i
ii
1 !I
�aae�ioao:i
yyy .
j1,2
J18
I WS I. �>.ry AF. nc s0 a 220E/6L/i "C3�.0'tl b.p'tlow w, II o £ 1 OOZSL i]\b.o\'lfl-l'.l i2\SLOT\ � ^n�uv
RM�lvw Mgt \ !Z
arL
) Z
IISO 'a
+p.xN N
\ I U s
/ \ O
y
I I I I q
s III � v
xx
oLL
I I Q a m
F oW OW
2 J 2
I I I I d ¢ J Z J
^ I 7 H O r
k I ° w0 O a O
y ¢� O-
I
1 �
I ao
- �_ W
- W is .? _ f0 J
LU
m m m
1S I I O O O
2 m
m 7k (6 (O
m m — m
_ m
I
a I °
m
� — I
I — Ism O
nn
0
k 1SNI i
N n S e �•�
k
6 /
A — — I lyw ; IIFI'R
�1 S 13 Z z Z/;!/z ro gow , w=!n>e!'oof<oozs-zsc-�z\izoz\�-0r+w,vaa
.,.
11� k�,� -111, - I
r C " nHavw ;" aM I oHivw r- ck� i
y'
G
LU
tt _
1(4i 'Ito, 1s D
'A vv
•1
It
�. 06
._
t ix � I ~Q '� i F— � I �• H
CH
Ole
1 `541 ip --- p (ttt •� ; I p
l A� I' ,� • LU _ ( i __ I W I �
.. • _--
J , J
V- W LL
•
LU
I�•� (� --_. �— I L-- _ .-------� i
• r _ t _. I ~ I I•
' 1 • 1 -- Z " Z •
W •ui
_ J.I.
CP
I — _ _-- ---I �i• I — �
S Nodoo ( ilk
•, - - - —
Oji
or
s .= i i �S 1� � •;; f I
i •
LI •� _
'.:
AVA"nnoa' " • sl, a ���'I 3jJ1432iV ��•M�. ,�3NIlH_ O'
' U
d
i ¢
i w
i O
Z
w
w
w
CL
0
a
l
--n — : a nd —7 zzoz/,z/z :a3LLma 6�6o�Ewpun�aaio�eao-g a�n�e-ooLSL lz\b•o\oo-zsz-"zUzoz\ � '9NwVac
Plate 7 - Pavement Rehabilitation Alternatives Summary Table
(Updated March 30, 2022)
Altarnativa A - Raica C'rada by 1 A inrhae Annrnarh
VI�IV
PAVEMENT
ENGINEERING
From
To
Localized AC Repairs
Medina Way
Cypress Street
See report Section 6.3.1
and Plate 5 -Areas of
Interest for airs. ze0
AC Repairs.
wim a
Notes 1, 2
Reflective Cracking Limiting System AC Leveling Course
Recommended to satisfy reflective 1.0-inch thick AC Leveling Course,
cracking design. See report Section Type IIIC3,
6.3.3. PG 64-10
RHM-G min. thick
ARHM-GG-C overlay
Cypress Street
AStreet
A Street
B Street
B Street
C Street
C Street
D Street
D Street
G Street
Altarnntiva R - Raica rrada by 1 n inrhac Annrnarh
From
To
L-ali-c! AC Repair.
.... ..
Medina Way
Cypress Street
See report Section 6.3.1
and Plate 5 -Areas of
Interest for Localized
AC Repairs.
tAilling"I"'i
Notes 1, 3
Reflective Cracking Limiting System
Recommended to satisfy reflective
cracking design. See report Section
6.3.3.
AC Leveling C-4
1.0-inch thick AC Leveling Course,
Type IIIC3,
PG 64-10
0-1iryi"r-
1.54nch min. thick
ARHM-GG-C overlay
Cypress Street
AStreet
A Street
B Street
B Street
C Street
C Street
D Street
D Street I
G Street
Fr..
To
Alternative
L—imed AC Repair.
C -
.1.1mol 11:11MILlisefie.
Maintain Existing Grade
Cracking Limiting SyMant
Approach
AG Leveling C....""'
Medina Way
Cypress Street
See report Section 6.3.1
Note 4
Recommended to satisfy reflective
1.0-inch thick AC Leveling Course,
Type IIIC3,
PG 64 10
Ove'l.
7.Sinch min. (hick
ARHM-GG-C overlay
Cypress Street
A Street
AStreet
B Street
Note 5
1.5-inch thick AC Leveling Course,
g
1.5-inch min. thick
and Plate 5 - Areas of Interest for Localized
AC Repairs.
cracking design. See report Section
6.3.3.
Type IIIC3, PG 64-10
ARHM-GG-C overlay
B Street
C Street
Note 4
1.0-inch thick AC Leveling Course,
Type IIIC3,
PG 64-10
1.5-inch min. thick
ARHM-GG-C overlay
C Street
D Street
D Street
G Street
Alternativp rl - Nn AC 1 avalinn Cnurca Annrnarh
Fr..
To
L—li-ef AC Repairs
Medina Way
Cypress Street
See report Section 6.3.1
Note 6
Reflective Cracking Limiting System
ARAM interlayer system per report
AC Leveling Course
2.0.inch min. thick
ARHM-GG-C overlay
Cypress Street
A Street
AStreet
8 Street
Note 2 or 3
2.5-inch min. thick
ARHM-GG-C overlay
and Plate 5.
Section 6.3.3.
NA
B Street
C Street
Note 6
2.0.inch min. thick
ARHM.GG-C oveday
C Street
D Street
D Street
G Street
AItP_rnativa F - ARHM 1 avalinn 17 urc anti ARHM llvarlav Annrnm^h
Fr..
To
L Nod AC Repair.
Medina Way
Cypress Street
...
See report Section 6.3.1
and Plate 5.
mmina".1.11
Note 6
Reflective, Cracking Limiting System
Use ARHM-GG-C for both leveling
course and overlay.
Leveling Cours,""
1.0-inch min. variable thickness ARHM-
GG-C leveling course
Overlay;
1.5-inch min. thick
ARHM-GG-C overlay
Cypress Street
AStreet
A Street
B Street
Note 2 or 3
1.5-inch min. thick
ARHM-GG-C overlay
B Street
C Street
Note 6
1.5-inch min. thick
ARHM-GG-C overlay
C Street
D Street
D Street
G Street
Note (1): Ultimate dimensions to be determined by Project Civil Engineer to consider grade constraints, surface drainage, and other factors.
Note (2): From outside edge of pavement, perform 2-5-inch deep mill and taper to 1.0-inch deep at 6 to 12 feet offset from pavement edge. Continue 1.0-inch deep mill towards
center line. Mirror to other side.
Note (3): From outside edge of pavement, perform 2.5-inch deep mill and taper to 1.5-inch deep at 6 to 12 feet offset from pavement edge. Continue 1.5-inch deep mill towards
center line. Mirror to other side.
Note (4): Perform 2.5-inch deep uniform -depth mill from edge of pavement to edge of pavement.
Note (5): Perform 3.0-inch deep uniform -depth mill from edge of pavement to edge of pavement.
Note (6): From outside edge of pavement, perform 2.0-inch deep mill and taper to 1.0-inch deep at 6 to 12 feet offset from pavement edge. Continue 1.0-inch deep mill towards
center line. Mirror to other side.
Note (7): Reflective cracking resistance is improved by a ratio of 2:1 when using rubberized AC in lieu of conventional AC. Use of rubberized AC is necessary to satisfy reflective
cracking design, in addition to using a reflective cracking limiting system.
Note (8): Core samples separated at the lift interphase during caring, which indicates that there is a high potential for the pavement to delaminate during milling and in an
inconsistent manner. An AC leveling course Will help smooth out an uneven surface by filling in the low spots and improve ultimate roadway smoothness.
Note (9): Some underlying PCC grinding may be required in order to install the full thickness of the AC leveling and/or ARHM overlay layers.
Appendix A
Select Photographs
%al"IN
PAVEMENT
ENGINEERING
Photo 1: Falling Weight Deflectometer (FWD) testing with moving -closure traffic control being
performed on Balboa Boulevard.
Photo 2: Pavement coring locations C-1 and C-2. Coring location C-1 was performed within an
area showing relatively rectangular surface longitudinal and transverse cracking, which was
identified as reflective cracking when underlying PCC was exposed upon coring.
Balboa Boulevard — GMU Project Number 21-252-00 j h�
Page 2 of 5
PAVEMENT
E N G I N E E R I N G
I
it _ . a )k
Photo 3: Core sample C-1 measuring 1.5-inch thick AC on top of 7.25-inch PCC with a crack
extending through both the AC and PCC. Surface lift separated and pavement fabric encountered
at 1.5-inch depth.
Photo 4: Core sample C-2 measuring 5.25-inch thick AC. Sample taken within a non -cracked
area. Surface lift remained intact.
Balboa Boulevard — GMU Project Number 21-252-00
Page 3 of 5 V111`i
PAVEMENT
r Mr. I hi P P 0 1 11r.
Photo 5: Pavement coring location C-4. Area contains low to medium -severity longitudinal and
transverse cracking, and medium -severity weathering.
Photo 6: Core sample C-4 measuring 6.75-inch thick AC with a crack extending 2.0 inches from
the surface. Surface lift separated. Pavement fabric was encountered at a depth of 2.0 inches.
Balboa Boulevard — GMU Project Number 21-252-00 _
Page 4 of 5 `i 1 V
PAVEMENT
ENGINEERING
Photo 6: Pavement coring location C-8 and C-9. Area contains low -severity longitudinal and
transverse cracking, and medium -severity weathering.
Photo 7: Core sample C-8 measuring 8.25-inch thick AC over 4.0-inch thick PCC. The AC layer
separated from the underlying PCC. Pavement fabric was encountered at a depth of 2.0 inches.
Balboa Boulevard — GMU Project Number 21-252-00
Page 5 of 5 %Xi-ILi
PAVEMENT
ENGINEERING
Appendix B
Laboratory Data Summary
%JUVIN
PAVEMENT
E N G I N E E R I N G
C
N
L
Vi
N O
m _
c E
3
y
�
o a
r a
N
U
F
m
E
r
o
C
N
0
U
=
a
rn
r
v
�
v
A
>
m
c0
m
co
v
co
0
•� x
m c
x
w
�
r-
Q
E N o
'a3
N
U
O U
a
CL
E
§ L L
O
a
O
U
E
x2,m a
o
o
(6
0
go3
>
LU
'E
a
z
z z
NC
O
J
a1
C
>
CL
L
z
z
CD
0
a
J
a.
Z
a
Z
O
�
m
N e
a)(V
LLI
y
V
� �
m N
m J
o
0 z
ao
-0Z
c
(/�
T
=
m U
m N
LL
"
o
O
i�
(D
d
U
Cn
w
N�
66
U
7 'C L
c
C Q
U
ti ao
U o •n
a
a
a
a
a
a
d
w
_U
Ol=
Q C
d
ai
C
O
C
j ,(D
Z
Z
Z
Z
Z
Z
Z
Z
O
al
w
N
Q
L N
M
a0
N
aO
O
r
r
O
N
N
C
G w
O
c�
M
O
O
IA
O
N
�
O
O
Q
'
0
cm N
m3
U
U
U
U
U
U
U
U
Z
ZZ/lZ/l lOO WNOMS 8V ON3 fd0 00-ZSZ-IZ V1V0 8Vl IIOS 318V1 nne
140
135
130
SG=2.60
SG=2.70
125
120
115
a
110
z
w
0
r
0 105
100
95
90
85
80
0 10 20 30 40 50
MOISTURE CONTENT (%)
COMPACTION TEST DATA
Project: Stantec Balboa Bulevard Pavement Eval
Project No. 21-252-00
Boring
Number
Depth
(feet)
Geologic
Unit
Symbol
Maximum
Dry Density,
pcf
Optimum
Moisture
Content,
Classification
C- 4
1.1
•
109
12.5
POORLY GRADED SAND with some SHELLS (SP)
U.S. STANDARD
OPENING SIEVE I U.S. STANDARD SIEVE NUMBERS
3"
1.5" 3/4' 3/8" #4 #10 #20 #40 #60 #100 #200
100
90
80
70
F-
2
w
60
m
w
50
Z
U-
H
Z
40
V
w
W
a
30
20
10
0
10 1 0.1 0.01 0.001
PARTICLE SIZE IN MILLIMETERS
N
Boring
Depth
Geologic
Symbol
ILL
N
a
0
0
N
C'
N
W
N
N
Z�
Q
C7
�I
PARTICLE SIZE DISTRIBUTION
Project: Stantec Balboa Bulevard Pavement Eval
,w �
Project No. 21-252-00
L�1'wIll
GRAVEL
SAND
SILT
CLAY
COARSE
FINE
COARSE
MEDIUM
FINE
Number
(feet)
Unit
PI
Classification
C- 4
1.1
•
NP
NP
POORLY GRADED SAND with some SHELLS (SP)
C-10
1.1
m
NP
NP
POORLY GRADED SAND (SP)
PROJECT NAME:
SAMPLE LOCATION:
SAMPLE DESCRIPTION:
SAMPLED BY:
R-VALUE TEST
REPORT
El CT-301 ❑ ASTM-D2844
Stantec Balboa Blvd Pavement
PROJECT NUMBER:
21-252-00
210 Balboa Blvd
SAMPLE NUMBER:
C-1
Poorly Graded Sand (SP) light brown
SAMPLE DEPTH:
2-4
JSC 1/7/22
TESTED BY:
JPG
DATE TESTED:
1/20/2022
TEST SPECIMEN
A
B
C
MOISTURE AT COMPACTION %
7.4
9.6
12.8
WEIGHT OF SAMPLE, grams
896
919
954
HEIGHT OF SAMPLE, Inches
2.44
2.44
2.53
DRY DENSITY, pcf
103.6
104.2
101.3
COMPACTOR AIR PRESSURE, psi
350
300
275
EXUDATION PRESSURE, psi
711
428
288
EXPANSION, Inches x 10exp-4
0
0
0
STABILITY Ph 2,000 Ibs (160 psi)
26
27
28
TURNS DISPLACEMENT
5.28
5.48
5.42
R-VALUE UNCORRECTED
71
69
68
R-VALUE CORRECTED
71
69
68
EXPANSION PRESSURE (psf)
0.0
0.0
0.0
R-VALUE VS. EXUDATION PRESSURE
00
80
70
60
w 50
J
Q
> ao
30
20
10
04
I 4 I 1 I 1
0 100 200 300 400 500 6. 700 800
EXUDATION PRESSURE (PSI)
R-VALUE AT EQUILIBRIUM: 68
R-VALUE BY EXUDATION PRESSURE:
68
R-VALUE BY EXPANSION PRESSURE:
N.A.
EXPANSION PRESSURE AT 300 PSI EXUDATION:
0
TRAFFIC INDEX (Assumed):
5.5
GRAVEL FACTOR (Assumed):
1.5
UNIT MASS OF COVER MATERIAL, kg/m^3 (Assumed):
2100.0
EXPANSION PRESSURE VS. EXUDATION
PRESSURE
500
450
LL 400
rn
d 350
W
300
N250
W
W 200
a
O150
Z100
a
a 50
X
W 0
0
100 200 300 400 500 600 700 800
EXUDATION PRESSURE (PSI)
COVER THICKNESS (STABILOMETER BY
Of
F
500.0
EXPANSION PRESSURE)
w
2
450.0
--
-
—
-
--
—
J
400.0
00
-
-
-
Q
F
350.0
-
N
--
300.0
---
-
m E
-
250.0
w
---
--
Y200.0
- -- -
U
-
150.0
---- --- - -- -- --
I-
100.0 �—
--- --- --- -- -- --- -- ---
---
w
>
0
50.0
---- -- --- --- --- --------
v
0.0
0
50 100 150 200 250 300 350 400 450 500
COVER THICKNESS BY EXPANSION PRESSURE
(mm)
PROJECT NAME:
SAMPLE LOCATION:
SAMPLE DESCRIPTION:
SAMPLED BY:
Stantec Balboa Blvd Pavement
901 East Balboa Blvd
Poorly Graded Sand (SP) Olive brown
JSC 1/7/22
R-VALUE TEST
REPORT
P] CT-301 ❑ ASTM-D2844
PROJECT NUMBER:
21-252-00
SAMPLE NUMBER:
C-6
SAMPLE DEPTH:
0.66-4
TESTED BY:
JPG
DATE TESTED:
1/20/2022
TEST SPECIMEN
A
B
C
MOISTURE AT COMPACTION %
16.7
15.7
11.2
WEIGHT OF SAMPLE, grams
931
874
941
HEIGHT OF SAMPLE, Inches
2.45
2.33
2.66
DRY DENSITY, pcf
98.7
98.3
96.5
COMPACTOR AIR PRESSURE, psi
300
325
350
EXUDATION PRESSURE, psi
100
150
354
EXPANSION, Inches x 10exp-4
0
0
0
STABILITY Ph 2,000 Ibs (160 psi)
33
31
30
TURNS DISPLACEMENT
5.20
4.89
4.96
R-VALUE UNCORRECTED
65
68
69
R-VALUE CORRECTED
65
65
69
EXPANSION PRESSURE (psf)
0.0
0.0
0.0
R-VALUE VS. EXUDATION PRESSURE
90
80
70
60
W 50
7
J
Q
> ao
IY
30
20
10
o+ I I � 1 I 1 I 1
0 100 200 300 400 500 600 700 800
EXUDATION PRESSURE (PSI)
R-VALUE AT EQUILIBRIUM: 68
R-VALUE BY EXUDATION PRESSURE:
68
R-VALUE BY EXPANSION PRESSURE:
N.A.
EXPANSION PRESSURE AT 300 PSI EXUDATION:
0
TRAFFIC INDEX (Assumed):
5.5
GRAVEL FACTOR (Assumed):
1.5
UNIT MASS OF COVER MATERIAL, kg/MA3 (Assumed): 1
2100.0
EXPANSION PRESSURE VS. EXUDATION
PRESSURE
500
450
V 400
rn
R 350
W
W 300
M
U) 250
W
IX 200
a
O150
z 00
IL 50
x
W a
0
Of
F 500.0 —
W
2 450.0 -- — --
O
J 400.0 -- —
m
Q
� 350.0
co300.0 - - -
N £ 250.0 --
w
z zoo.o -- - - — -
U 150.0 - — - - — -- - --
100.0
LLI
50.0 ____ __ —_ ___ ___ ___ ___
O
U 0.0 _..
100 200 300 400 500 600 700 800
EXUDATION PRESSURE (PSI)
COVER THICKNESS (STABILOMETER BY
EXPANSION PRESSURE)
0 50 100 150 200 250 300 350 400 450 500
COVER THICKNESS BY EXPANSION PRESSURE
(mm)
V1_1V R-VALUE TEST REPORT
El CT-301 ❑ ASTM-D2844
PROJECT NAME: Stantec Balboa Blvd Pavement PROJECT NUMBER: 21-252-00
SAMPLE LOCATION: 1309 Balboa Blvd SAMPLE NUMBER: C-11
SAMPLE DESCRIPTION: Poorly Graded Sand (SP) Reddish brown SAMPLE DEPTH: 0.5-3.5
SAMPLED BY: JSC 1/7/22 TESTED BY: JPG
DATE TESTED: 1/20/2022
TEST SPECIMEN
A
B
C
MOISTURE AT COMPACTION %
6.8
7.8
14.0
WEIGHT OF SAMPLE, grams
961
928
930
HEIGHT OF SAMPLE, Inches
2.65
2.55
2.56
DRY DENSITY, pcf
102.9
102.3
96.5
COMPACTOR AIR PRESSURE, psi
160
150
150
EXUDATION PRESSURE, psi
735
657
293
EXPANSION, Inches x 10exp-4
0
0
0
STABILITY Ph 2,000 Ibs (160 psi)
28
26
34
TURNS DISPLACEMENT
4.80
4.90
5.10
R-VALUE UNCORRECTED
71
72
64
R-VALUE CORRECTED
73
72
64
EXPANSION PRESSURE (psf)
0.0
0.0
0.0
R-VALUE VS. EXUDATION PRESSURE
90
80
70
60
w 50
J
Q
> 40
30
20
10
0 1 I I I I I I
0 100 200 300 400 500 600 100 800
EXUDATION PRESSURE (PSI)
R-VALUE AT EQUILIBRIUM: 64
R-VALUE BY EXUDATION PRESSURE:
64
R-VALUE BY EXPANSION PRESSURE:
N.A.
EXPANSION PRESSURE AT 300 PSI EXUDATION:
0
TRAFFIC INDEX (Assumed):
5.5
GRAVEL FACTOR (Assumed):
1.5
UNIT MASS OF COVER MATERIAL, kg/m^3 (Assumed):
2100.0
500
450
LL 400
N
d 350
W
Of 300
M
N250
W
W 200
IL
O150
Z 100
0. 50
X
W 0
0
W
F 500.0
W
M 450.0 --- -- --- -- -- -- -- -- -
O
J 400.0 -- - -- - -
H 350.0 - --
co300.0 - - - -- ---
E 250.0 -- - - - -- ---
w
Y 200.0 - - -- - - -- -- -' --
U 150.0 --
--- -- -- -- - ---
100.0
LLI
> 50.0 ---- --- --- -- --- --- --- ---------------
0
U 0.0 -
EXPANSION PRESSURE VS. EXUDATION
PRESSURE
100 200 300 400 500 600 700 800
EXUDATION PRESSURE (PSI)
COVER THICKNESS (STABILOMETER BY
EXPANSION PRESSURE)
0 50 100 150 200 250 300 350 400 450 500
COVER THICKNESS BY EXPANSION PRESSURE
(mm)
C7
I