HomeMy WebLinkAboutC-3968 - Eastbluff Drive Street Rehabilitation0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
Uilani 1. Brown. MMC
February 17, 2009
All American Asphalt
P.O. Box 2229
Corona, CA 92878
Subject: Eastbluff Drive Street Rehabilitation (C -3968)
To Whom It May Concern:
On January 13, 2009, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 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
January 16, 2009, Reference No. 2009000020609. The Surety for the contract is
Fidelity and Deposit Company of Maryland and the bond number is 089 03 502.
Enclosed is the Labor & Materials Payment Bond.
Sincerely,
Leilani I. Brown, MMC
City Clerk
encl.
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 • www.cily.newport- beach.ca.us
0 0
CiTY OF NEWPORT BEACH
PUBLIC WORKS DEPARiMENT
9-0NTRACT NQ. 3988
EXECUTED IN FOUR (4) KARTS
BOND NO-089 03 502
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to All American Asphalt, hereinafter designated as the "Princlpal; a
.contract for construction of EASTBLUFF DRIVE STREET REHABiUTATION, Conhaot No.
3988 In the City of Newport Beach, in strict conformity with the Plans, drawings, specifications and
other C h of Documents in the office of the. Public Works Department of the City of Newport
Beach, all of which are incorporated herein by this reference.
WHEREAS. Principal has executed or is about to axe "e Contract No. 3988 and the
terms thereof require the tumishft of a bond, providing that if Principal or any of Principal's
subcontractors, shall fad 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 some lD the extent hereinafter set forth:
NOW, THEREFORE We the undersigned Prindpal, and,
FIDELITY AND DEPOSIT CoMpANV or M E n AM duly authorized to transact
t>11sUmesB under the laws of the State of CaYfWnia, es SurWy, (referred to herein as'SWW) are
held firmly hound unto fits City of Newport Beach, in the sum of One Million, Sbdy-Nine
Thotvmw4 SixtyNine and M100 Do9ars ($1,069,060.00) br#AA money of the United States of
America, said sum being equal to 100% of the estimated amount pay" 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 heft, executors and administrators, successors, or asskjns, jointly and severally,
firmly by fhese presenL
THE CONDITION OF THIS OBLIGATION IS SUCH. that if the Principal or the Principal's
subcontractors, fad to pay for any materials, provisions, or other supplies, implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withhold and pail 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 reaped to such work and labor, then the Surety will pay for the same, In an
amount not exceeding the sum specifted in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State of Calffornla.
• 0.
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to Me claims under Section 3181 of the Califomis Gvil ODde 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 accordenoe with
the provisions of Sections 3247 at seq. of the Chris Code of the State of Cafdomla.
Ar4l Surety, for value reoehed, 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 or the spectlications accompanying the same shaft in any wise affect Its obliigatIons on
this Bond, and R 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 obligatlons
under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Prindpai and Surety, on the 13th day of MAY . 2008.
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
Name of Surety
801 NO. BRAND BLVD
GLENDALE, CA. 91203
Address of surety
SURETY: 818-- 4092800
AGENT: 714.935 -1112
Telephone
OWEN A, BROWN, AT RNEX -XN -FACT
Print Name and T'Itie
NOTARY ACKNOWLEDGMEtM OF CONTRACTOR AND SURETY MUST BE ATTACHFD
27
0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On May 1. 2008 before me, Brenda L. Royster, Notary Public
Dine Ikro heM ronua TIM aM Offmr
personalty appeared Robert Bradley
wlmalorsvwYr--
BRENDA L. ROYSTER
Commhslon Y 1700922
Notary Public - Calltornla
Rlveralde County
W Co rrm lExpkw Oct 26, 2010
P4ce Netwy Seal •beve
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) islare subscribed to the within instrument
and acknowledged to me that he/sheAhey executed the some in
his/heNiheir authorized capacity(ms), and that by his/herRheir
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 "nd and official
OPTIONAL
Though the information below is not required by law, it may prove valuable to person raying on the document
and could prevent fraudulent removal and reatUchment of this torn to another document.
Description of Attached Document
Title or Type of Document Labor & Materials Payment Bond — City of Newport Beach
Document Date: May 132008 Number of Pages: 4
Signer(s) Other Than Named Above: Owen M. Brown. Attomey -In -Fact
Capacity(ies) Claimed by Signers)
Signers Name: Robert Bradley Signer's Name:
o Individual o Individual
X Corporate Officer — Title(&): Vice President
• Partner — o Limited o General
• Attorney in Fad
o Trustee
Signer is Representing:
Topae there
• Corporate OgoGene
• Partner — o o Attorney in Fo Trustee
o Other:
Signer is Repr
U
L
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
ORANGE
on 4 -28 -08 before me. BARBARA J. B> ' NOTARY PUBLIC
1,166 1,166 &
personally appeared OWEL M. BROWN
J- Iry Y
.1:
PI Harty 9606 Abe..
who proved to me on the tame of solslactory evidence to
be the person( whose name(s) islt subscribed to the
within instrument and acknowledged to me that
haWNAMW msarted the same in hfsift■lirtr aWtortaad
capediy(M), and that by hislieiliftifir sigrreture(4) on the
instrument the personal, or the entity upon behalf of
which the persons) acted, eiwculad the ins"iertt
UPTAMAL
7h96/dl a,a /lurml•tlor6 E91NIr & not r•gtlred Ay 41K R eiaYpae?./d6m•19 b Pre�e r�Yj't0 am I,e dac7fnerlf
and =0Aowent belAAmil remove; aid reamdownt of d* form b amew dwAiarsf.
Description of Attached Docmvw*
T09orType of Document PAYMENT BOND NO. 089 03 502
,6666 •��.:,.:.:::
5 -13 -08
Number of Pages: TWO .(2)-
Capacity(im) Ckkned by StDnsr(a)
❑ Partner — ❑ Limited ❑ General
XXXAAttorney in Fact
• Trustee
• Guardian or Conservator
N _
�di .1 II 1 A' /
Y,..171111 F , ' �1
Tap d 9n1vD here
C.
❑C rpaateOfficer— TdWs):
QPP#W — ❑ Liu aw ❑ General .
❑ Attorney in Fact
• Trustee
• Guardian or Conservator
❑ Other:
SWw Is
Top d 900nb hem
02DV NOW" Nervy Af6otlrm.Wn0068ab Ara. PAlaoc •IR2•CMr6attG •g1i21@•uwet6.6r palYyag Vr OSWr RWrftrC07*FMI4VD47540V
r
0
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the dat y nominate, constitute
and appoint Owen M. BROWN, of Anaheim, California, its true and o act, to make, execute,
seal and deliver, for, aLonits ehalf as surety, and as its act p taking s, and the
execution of such bondrtakings in pars s n said Company, as fully and
amply, to all intents ans, as if xe ged by the regularly elected officers of
the Company at its offi it s power of attorney revokes that issued on
behalf of Owen M. BRl ruarvanQ
The said Assistant 1;6
Section 2, of the By-
IN WITNESS t
affixed the Corporate
December, A.D. 2004.
ATTEST:
,gyp otrp+�
+a .e�or� n
! o
0
Ordfr%t the extract set forth on the reverse side hereof is a true copy of Article VI,
and is now in force.
REOF, the said Vice- President and Assistant Secretary have hereunto subscribed their names and
Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of
State of Maryland .
City of Baltimore
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Eric D. Barnes Assistant Secretary
By: /
William J. Mills Vice President
On this 27th day of December, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, carne WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saitb, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding itsswment is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
W TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above
written.
,,,ni11N0
POA-F 0124160
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2011
O
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
This Document electronically recorded by
Wert Mail A
Recorded in Official Records, Orange County
Tom Daly, Clerk- Recorder
1111111111MIMI NO FEE
2009000020609 11:57am 01/16/09
213 92 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and All Americna Asphalt, of Corona,
California, as Contractor, entered into a Contract on May 13, 2008. Said Contract set
forth certain improvements, as follows:
Eastbluff Drive Street Rehabilitation (C -3968)
Work on said Contract was completed, and was found to be acceptable on
January 13. 2009, 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.
OC A E
VERIFICATION
Works Director
Newport Beach
certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. q
Executed on Jame 14, °� l at Newport Beach, California.
BY
City Clerk
A
t%
N
U
A�
U Z
w
OC A E
VERIFICATION
Works Director
Newport Beach
certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. q
Executed on Jame 14, °� l at Newport Beach, California.
BY
City Clerk
0 0
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No.
January 13, 2009
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Andy Tran
949 -644 -3315 or atran @city.newport- beach.ca.us
SUBJECT: EASTBLUFF DRIVE STREET REHABILITATION — COMPLETION AND
ACCEPTANCE OF CONTRACT NO. 3968
Recommendations:
1. Accept the completed work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after
the Notice of Completion has been recorded in accordance with applicable
portions of the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
Discussion:
On May 13, 2008, the City Council authorized the award of the Eastbiuff Drive Street
Rehabilitation project to All American Asphalt. The contract provided for the removal
and reconstruction of deteriorated concrete sidewalks, curb and gutters, driveway
approaches, cross gutters and curb ramps. It also includes cold milling of existing
asphalt pavement, and overlaying the existing pavement section with asphalt concrete.
The contract has now been completed to the satisfaction of the Public Works
Department. A summary of the contract cost is as follows:
Original bid amount: $1,069,069.00
Actual amount of bid items constructed: $968,754.24
Total amount of change orders: $7,835.07
Final contract cost: $976,589.31
The decrease in the actual amount of bid items constructed over the original bid
amount primarily resulted from a decrease in the amount of asphalt concrete needed.
The final overall construction cost including one change order was 8.7 percent below
the original bid amount.
to the median curb on
with this change order.
0
Eas"Ar Drive Street RehabCaWn
Jamsery 13, 2009
Page 2
The one change order was for the installation of sod adjacent
Vista del Sol, A 90 -day maintenance phase was also included
A summary of the project schedule is as follows:
Estimated completion date per June '07 schedule: October 24, 2008
Project award for construction: May 13, 2008
Estimated completion date at award: September 4, 2008
Actual substantial construction completion date: August 29, 2008
The project was substantially completed ahead of schedule. The 90 -day maintenance
phase, which was added as part of the change order ended on November 24, 2008.
Environmental Review:
The project was determined to be exempt from the California Environmental Quality Act
(CEQA) pursuant to Section 15301 of the CEQA Implementation Guidelines at the time
the project was authorized by the City Council. This exemption covers the repair,
maintenance and minor alteration of existing public facilities with negligible expansion.
Fundina Avallability:
In addition to the primary construction contract, this project involved other project
expenses. Total project expenses are summarized . as follows:
Construction
$976,589.31
Engineering — DMS Consulting Engineers
$69,865.00
Material Testing — Harrington Geotechnical
$3,468.00
Inspections
$271.80
Incidentals
$438.52
Total Project Cost
$1,050,632.63
Funds for the construction contract were expended from the following accounts:
Account Description
Gas Tax
Measure M Tumback
Prepared by:
Andy Traff
Senior Civil Engineer
Account Number Amount
7181- C2002009 $902,100.31
7281- C5100019 $74,489.00
Total: $976,589.31
Submitted by:
Badum
s Director
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
Uilani 1. Brown, MMC
January 14, 2009
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notices of Completion for the following projects:
1. General Services for Building D Locker Room and Restroom Remodel
(C-4029)
2. Eastbluff Drive Street Rehabilitation (C -3968)
3. Tennis Court Fence Replacement — Grant Howald Park (C -4043)
4. Mariners Park Restroom Construction (C -3992)
5. Pelican Hills Road North and Newport Coast Drive Southbound Right -Tum
Improvements (C -3945)
6. 2007 -2008 Sidewalk, Curb and Gutter Replacement Program (C -3974)
Please record the enclosed document and return it to the City Clerk's office.
Thank you.
Sincerely,
in
(I� 1��P
Leilanl I. Brown, MMC
City Clerk
Enclosure
3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658-8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
0 0
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and All Americna Asphalt, of Corona,
California, as Contractor, entered into a Contract on May 13, 2008. Said Contract set
forth certain improvements, as follows:
Eastbluff Drive Street Rehabilitation (C -3968)
Work on said Contract was completed, and was found to be acceptable on
January 13. 2009, 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.
Works Director
Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. ! q
Executed on Ja�� � l at Newport Beach, California.
BY
City Clerk J
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
t1L"T* c
EXECUTED IN FOUR (4) PARTS
BOND NO. 089 03 502
The premium char�es on this Bond Is $ 4,544.00
being of the rata of $ 4 5 th0U8and of the Contract price.
WHEREAS, to City Council of the City of Newport Beach, State of CeWomis, by notion
adopted, awarded to All American Asphalt, hereinafter designated as the 4P&dpaP, a contract
for construction of EASTBLUFF DRIVE STREET REHABILITATION, Contract No. 3988 in the
City of Newport Be** in strict conformity with the plans, drap fts, specifications, and other
Contract Documents maintained in the Public Works 00prerbnem of the City of Newport Beech, all
of which are incorporated herein by" reference.
WHEREAS, Principal rise executed or is about to ewaar6e Contract No. 386! and the
terns thereof require the furnishing of a Bond for the febful performance of the ConsaOk
NOW, THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
' duly 8uthartzed to transact business under the news of the State of
Caifomla as Surety (hereinafter 'Surety'), are held and firmly bound unto the City of Newport
Beach, in the sum of One Million, Sixty -Nine Triousand, Sixty -Nina and MOO DaQam
($1,069,069.00) ImWul 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 otusehes, our heirs, executors
and administrators, successors, or assigns, jointly and seversk firrnty by time present
THE CONDITION OF THIS OBLIGATION IS SUOi, that if the Principal, or the Prindpars
heirs, executors, administrator, successors, or assigns, fag to abide by, and well and truly keep
and perform any or as the work, covenants, conditions, and agreements in the Contract
Documents and any alWatton -thereof made as Owein provided on Its part, to be kept and
performed at the time and in the manner therein specified, and M al respects according to Its he
Intend and meaning. or falls to Indemnify, defend, arQ save harmless the City of Newport Beach,
Its officers, employees and agents, as therein stipulated, then. Surety will faithfully perform the
same, in an amount not exceeding the sum specified In this Bond; otherwise this obligation shall
become null and void.
R-1
As a Pan of the obligation secured hereby, and In addition to the face amount specitied in
this Penfom►ence Bond, there shall be Included costs and reasonable expenses and tees.
including rmisonabte attomeys fees, incurred by the City. ortly In the event the City is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
aiteratiohs or Surety, for
addiitions to the terms of�the�tContract agrees to the work to be er extension of time,
partamad ttwreunder or
to the spec ftatlons accompanying the same " in any way affect Its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additrw of
the Contract or to the work or to the specifications.
This Faithful Performanoe Bond shell be extended and maintained by the Principal in full
force and effect for one (t) yew following the date of formal eocep6rnce of the Project by to CRy.
In the event that the Principal executed ft bond as an Individual, it Is agreed thot 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 13th day of MAY . 2008.
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
New of Surety
801 N0. BRAND BLVD
GLENDALE, CA. 91203
Address of surety
SURETY: 818 -409 -2800
AGENT: _ 714_- 935..n i t g
Telephone
OWEN M, BROWN, ATTORUJ Tu WT
Print Name and Title
NOTARY ACKNOMAMOMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
0
0 0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On May 1, 2008 before me, Brenda L. Rooster, Notary Public
Dale Here Preen name a TM of ma Ofrcer
personally appeared Robert Bradley
NW-OWN S -(rlr
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 helsheRhey executed the same in
BRENDA L. ROYSTER hlsAwAltheir authorized capacity(ies), and that by his/hesAheir
Commission A 1700922 signature(s) on the instrument the person(s), or the entity upon behalf
Notary Public • Collfornia of which the person(s) acted, executed the instrument.
Riverside County
tri/Conm &gcNwCct26.2010 I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my/,Vand and official seak
Signuturc
Place NOWY setl Abe" siy7w6rre W Nar7ry vWDlk
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 forth to another document.
Description of Attached Document
Title or Type of Document Faithful Performance Bond — City of Newport Beach
Document Date: May!{ 2008 Number of Pages: 3
Signer(s) Other Than Named Above: Owen M. Brown, Attomey -In -Fact
Capacity(iss) Claimed by Signer(s)
Signers Name: Robert Bradley
Signer's Name:
o Individual r: Individual
X Corporate Officer — Title(s): Vice President c Corporate Officer — Title
❑ Partner — 3 Limited o General c Partner — o Limited eneral
= Attorney in Fact u Attorney in Fact
roc d m7.n77e,e Tao d mono 7777
Trustee ❑Trustee
= Other o Other:
Signer is Representing:
Signer is Representing:
0
0
CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT
n^. r�c. s< �. cN. crz_ r. �r��r, �: �r�' zrcncccrev.cr.�rrr�.'r.��':+'. Sir' ��. r�.r_rzrrnrrcrcrzry=r.�cyv��.�C
.State Of California
ORANGE
On 4 -28 -08 before me. BARBARA J. BENDER, NOTARY PUBLIC
Deb
persmuilly OMEN M. BROWN
WIN
�.'
11'
PIIM NW" BM1 Ibr
who proved to me on the basis of sabsiaclory evidence to
be the persona) whose name(*) is/as■ subscribed to the
within instrument and edmowledged to me that
haf~W eimatted the same in hisAadki r authorized
), and that by haft~ srgnawrs(f) on the
instrument Cie person{*), or the entity upon behalf of
which the person(*) acted, executed the ttstrurnort
nnuyl ww &* nnetlan below is no mqufred by at a may pow jotow a parsons m6 ft on ow dxmww
NO Bnrwd prelerw Naedrkrw MMOMW and resbedvelerw Of rbb Gxm to enWW dxarrlerlt
Descr%Alon of Atlaetrod Document
TIUe or IW* of Donment
PERFORMANCE BOND NO. 089 03 502
Docrwrverw Date: _ --
5 -13 -08
Signer(s) Oliver -Man Named Above: ALL AMERICAN ASPHALT
Capacky(fee) Ck n■d by Signer(s)
■
• Corporate Olfloer — Tile(s): —
❑ Partner — ❑ Limited ❑ General
XM ttonW in Fact
• Trustee
• Guardian or Catservawr
• Clow
ud n v w-
-4 ._..t I ' n
Top of Ovnb here
Number ot Pages:
Two.. (21
Signed Name:
kKvvkkw
❑ Corporate OHioer— Title(s):
*'Penn` — ❑ Limited ❑ General
❑ Attomey, in ftcl
Top of Mxnp nMe
13 Tnretse
❑ G wdlan or Conservator
❑ Odrer:
SWw Is
02dn OM3- 2M• a9 •nA IBM FMK*CSITC"M 1400- �
Company Profile • • Pagel of 2
Company Profile
FIDELITY AND DEPOSIT COMPANY OF
MARYLAND
1400 AMERICAN LANE, 19TH FLOOR TOWER 1
SCHUAMBURG, IL 60196 -1056
800-382-2150
Agent for Service of Process
ANDREW K. PLATT, C/O ZURICH NORTH AMERICA 801 N. BRAND BLVD., 13TH FLOOR
GLENDALE, CA 91203
Unable. to Locate the Agent for Service .of Process'
Reference Information
NAIC #: 39306
NAIC Group #: 0212
California Company ID #: 2479 -4
Date authorized in California: January 01, 1982
License Status: UNLIMITED- NORMAL
Company Type: Property & Casualty
State of Domicile: MARYLAND
Lines of Insurance Authorized to Transact
The company is authorized to transact business within these lines of insurance. For an explanation of
any of these terms, please refer to the glossary.
AIRCRAFT
AUTOMOBILE
BOILER AND MACHINERY
BURGLARY
CREDIT
FIRE
LIABILITY
MARINE
MISCELLANEOUS
PLATE GLASS
SPRINKLER
http: // interactive. web .insurance.ca.gov /webuser /idb co prof utl.get co prof?p EID =6217 05/16/2008
Company Profile • • Page 2 of 2
SURETY
TEAM AND VEHICLE
WORKERS' COMPENSATION
Company Complaint Information
Company Enforcement Action Documents
Company Performance & Comparison Data
Composite Complaint Studies
Want More?
Help Me Find a Company Representative in My Area
Financial Rating Organizations
Last Revised - May 07, 2008 02:35 PM
Copyright 0 California Department of Insurance
http: // interactive. web.insurance.ca.gov /webuscT /idb co prof utl.get co prof ?p EID =6217 05/16/2008
.i-. • 0
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
CITY CLERK
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663
until 10:00 a.m. on the 23rd day of April, 2008,
at which time such bids shall be opened and read for
EASTBLUFF DRIVE STREET REHABILITATION
Title of Project
Contract No. 3968
$ 1,251,500
Engineer's Estimate
M =1
�fephen G. Badum
ubiic Works Director
Prospective bidders may obtain one set of bid documents for $25.00
at the office of the Public Works Department, 3300 Newport Boulevard, Newport
Beach, CA 92663
Contractor License Ciessilrcation required for this project: "A."
For further information, call Andy Tran, Prolect Manager at (949) 644 -3315
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
htti)://www.city.newi)ort-beach.ca.us
CLICK: e- onlineservices /e- bidPublicWorks
0 • 0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
TABLE OF CONTENTS
NOTICE INVITING BIDS ................................ ............................... .......................... Cover
INSTRUCTIONS TO BIDDERS ........................................................ ..............................3
BIDDER'S BOND .............................................................................. ..............................5
DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7
NON - COLLUSION AFFIDAVIT ........................................................ .............................11
DESIGNATION OF SURETIES ........................................................ .............................12
CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13
ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................15
INFORMATON REQUIRED OF BIDDER ......................................... .............................16
NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19
CONTRACT..................................................................................... .............................20
LABOR AND MATERIALS BOND .................................................... .............................26
FAITHFUL PERFORMANCE BOND ................................................ .............................28
PROPOSAL................................................................................ ............................... PR -1
SPECIAL PROVISIONS ................................................................. ...........................SP -1
z
r •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS
BID OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
ISSUED BY AGENCY PRIOR TO
2. Cash, oertified 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 dearly marked on the outside of the envelope containing the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570. The successful bidder's security shall be held until the Contract is executed.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and
figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of
estimated quantity by unit price, the cored multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any
minor irregularity or informality in such bids. Pursuant to Public Contract Code Section
22300, at the request and expense of the Contractor, securities shall be permitted in
SOOZ £Z 1IIIdV :YSVO (lI9
(pe4ogie eQ lsnLu 14" V ledriuud to WOWSPOWAUW8 tigflN)
MI pue euraN Uwd
1OV3- NI- ;MHO11V 'NM0119 'W N3M0
ZIII- S£6 -7IL :SN39V
00SZ- 607 -818 :)LI3NIlS
AW+S 10 9"IPPV
£ OZ 16 *V0 ' 3'IVQN3'I9
QA'I9 QNV89 'ON 108
A8m610 eU BN
QNV'IAIIVW 30
I.NVdwoo ZISOd3Q (NY ASI'TiQId
(P*Ot4Ad) JWe.4uoa !D eul9N
lTmdsv NV9IN31+IV 'I•IV
8002 !D Il@p -9:i 7I sm spmg 1no mmuRM
"Noe slip jepun wmeBggo
sll ujal Aains 841 &Mwimm 1ou 11846 18dp4w tpns &a )0 4p op atA 1e1n paejBe 91 N
IenPl W ue Qv P109 SM BulirMXG 91 Puce =0 6wVMX8 10*KRJd POIAS18PUn 84111
'Prop PUB Im MLAWK4849 U0406490 sun P'.P18MV P W483MON. JO B 48tu 84410
848P 841,fue &A* ispueleo (0e) A to LNW Pp *4 eia to uopomqguoo 841,01 watiowopue
PUS saieoyntao ew%eutsul 104BPD pue 'Wwq pWbAj 841 &qMPul 'POWOSOA (s)ULIN
841 41 sluftwoM pwiuoa aLA Wine" of %M IedPuud 844 PUB '184mNd 844 01 PeWeh►a 81
pejW o pesodoA 841 We 4oe891iodNON to Ala 81A 10 Punoa A D oW Aq pWftw sl 'qae
vod"N io Mo ma ul 898£ 'oN boa 'NoLmn1mam amm aAma Am-mm
10 uopn4suoo 844 iol Iedpo + PeuBl8 wm eta to lesodoid Pig 841 11 4neog VodmON to
Ala 844 a4 Pelpool Pus Pled eQ q I YkIl
u� lA[J L smim ens e��Q�
QI9 WWI 30, SN39113d N3 � `r "° "
10 Ala 841 01 Pw1o4 Aluug PUB play �U8J8nea Pue 4UPf eq 01 8W6* 'salapslaliupe PUB
s494 'aloviows 'suBlese pue awssemv im 'AemS pue ledpujid pau&wapun a%'aM
=6 `,l 1
o. liT
J.NamaNdaa mom mend
14OV38 lWdM3N d0 "D
£IoL6 S80 'ON ON09 •
%
0 0
CALIFORNIA ALL - PURPOSE ACKNOMILEDGEMENT
State of California
County of Riverside
On April 22, 2008 before me, Brenda L. Rooster, Notary Public
Dare Hem ha one eM Trb d are omwr
personalty appeared Robert Bradley
r el4et sgMW
BRENDA L. Roys7ER
Comnflubn i l I609t2
Notory Public - Collrornlo
Rlvenlde County
MyrprTMea�oc+zasoto
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) istwe subscribed to the within instrument
and acknowledged to me that he /she" executed the same in
hislherAheh authorized capacity(iss), and that by hisArerAheir
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
Califomia that the forgoing paragraph is true and correct.
WITNESS rn and and offiidAI seal. //
Signature ' w /(�W n0— '
areee No" 9eY iCOVe alpneNn of Netry vuOYc
OPTIONAL
Though the intonation below is not required by law. a may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another doCOmem.
Description of Attached Document
Title or Type of Document Bid Bond — City of Newport Beach
Document Date: April 14, 2008 Number of Pages: 3
Signer(e) Other Than Named Above: Owen M. Brown, Attomey -In -Fact
Capacity(im) Claimed by Signers)
Signers Name: Robert Bradley Signers Name:
o Individual o Individual
X Corporate Officer — Title(s): Voe President
o Partner — o Limited o General
o Attorney in Fad
7 Trustee Tor+ d avmb n
❑ Other:
Signer is Representing:
All American As aft
• Corporate Officer — Title(s):
• Partner— o Limited o Ge /nom
• Attorney in Fad/
• Trustee
o Other: /
Sign4fr is Representing:
-
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM 1. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the dat y nominate, constitute
and appoint Owen M. BROWN, of Anaheim, California, its true and o act, to make, execute,
seal and deliver, for, and on its behalf as surety, and as its act a akings, and the
execution of such bonds or undertakings in pursua o , s o said Company, as fully and
amply, to all intents and purposes, as if x ged by the regularly elected officers of
the Company at its office in Ba ' rB it is power of attorney revokes that issued on
behalf of Owen M. BR suarvdMQ 9,
The said Assistant 5F
Section 2, of the By-ifl WMgESS
affixed the Corporate
December, A.D. 2004.
ATTEST:
:1 0
.Q
the extract set forth on the reverse side hereof is a true copy of Article VI,
and is now in force.
WOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and
Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of
State of Maryland i ss:
City of Baltimore f
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
9'__' ,). /�-
Eric A Barnes Assistant Secretary
By:
William J. Mills Vice President
On this 27th day of December, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscnbed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above
written.
POA -F 012 -4160
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2011
Best's Rating Center - Com�y Information for Fidelity and Dep Company ... Page 1 of 1
Rating Center
vew 4a1r Flnar" Stn.gU nswr CrMn Saanust AaJ=NkJ 50Vck
Rating Methodology F
Wt' iustry Research
RahngsDefnift= k Fidelity and Deposit Company of Maryland
Search Best's Ratings :•^e^rr4 "'ra:,/r+..ai serv.r.:.o.s•
.N . as. rFMa ll.r'
Press Releases Address: 1400 A—can Lane Phone. 941.605 6000
Sr. inavg. IL fie 19610515 Fax. 847 .6055011
Related Products ► web vnvly zvKi,,a :cm
Bears Ratings
Country Risk
Structured Finance
Financial Strength Ratings View Definitions
Raging A(Excellent)
Fbwto (iH Rated
Fmaeancial Cade
pXV
Category (12 NW n gmetw
Contact an .Analyst
Qa . Pasant
Act., Afrhrisd
ERenive Dale December 11, 2001
Denotes Under Review Best's Ratings
✓GVq oW44nr PVh/tAM/
lFeuer Cteda Ratirgs View DeHnittone
Wig Term: a.
CiAwk Positive
Acorn AMmsse
Dale December 11. Mal
Reports and News
VRII W r fJewSROgn br Pie latest r!e'A'S seed pets rek,&,t for Mrs wmDeny arA his A M Bat GmA
ANS Credit Report - Insurance ProtesalorW (unabodgea) (fonnerty known as Best's Company Report) - axlwes Bests Fin:
ranenale a"wen ~Cal wmnMn!ary. detailed buyma> oVener and key meMWl seta
Report Rrvbbn Date: 121 U2DC7 (represents the latest signiftoaM change)
.— I44tg1CAl ReDg15 as evatabie �n AMB CteaO RODC/t fnspam a Rga5nn2! (Ur1Ab!Aged1 NMs
"t I Best's EsacutWe SUmmwy Ra M (Financial0vomWw) Na la+! in airs@ ver9'g15, losses VasentatKn uyte rapaU leal✓c balenca S
1(LW>D�r1^ key Ananoal Iseramalce Iest5.Ci A.rg pgaa,ilily. mram, ant re: a analysis
Data Status: 2008 Bars StalemDn rile . P.-C. US C Wkns agile rompWedl as of 4122/2008 (QualitY Cross Checked)
s SmgN Gdmpwiy t� ye,an ct finance dab aOecAKelry phi ms coppany
e Comparison - sde bysde finaric,a e'ase's d :M company into a peer grplD W VD to Rve qne comperes yw aNM.
e CanpoeAe evaluate NK cgnpanYS rnarlpalg a9Hnsl a Mar yroip Cgmpoute RepOrl ORI'a9y4 bON ins average acrd lalal gxnpOYle
group
i AMB Cradle Rattan - B"Wrass Professional povda Inreb years of key financ,nl Gala pmsdnled loan cdglul ~S ans lades Eacb n
F�ai beat gals Ratings. Rating RanCnale and an sk,aria from our ausnas R Vew NmmenWry
s""` Data Status: Contains date templed as 4+7212008 (Oualhy Cross Checked)
B"t'S Key Rating Gable Pre MM O. Regal �nclwa Bars Financial SV"M Rating eta finan al dale as goaded n Bars Key Ra
Der Starke: 2006 Feenciel Data (Quality Cross Checked)
4t
Financial and Analytical Products
Bests PrwenylCasu9!IYcenter . Pramvn Uata 8 Roppts
BisSrS Kay Ratirg Guide PIC, US a Canada
Besl'S Statement File PIC. US
Bars Statement File Globe
Beers Insvan_e Reports PIC, US S Canada
Bests Stale Line PC. US
BasrS li,S FaMe E.pense EAn @a (IEE) PIC US
Best's Regulatory Gvae Market Share Re- s
F169rs SVIedVle P 11044 Re5erw91'
PC. US
. ............... .._ -_ __�-- .._....._
Customer Ser e I Produd Support I Member Center I Con as Into I Careers
AW4 A M Best I Site Map I Privacy Ply I Security I Terms M Use I Legal S Licensing
C,W,m10100®A IA nest COnliarr /. lrG At rgnn reseWd.
r •.1 past Wgldi'/de ltadauartms. AmbaSl 8080. OIM.v[k. hill Jersey. 08a5a. U S A
h tt D: / /www3. a m be st. co m/ rat i n g s/ F u I I P ro fi l e .asp? B I =0 &A M B N u m =38 7 &A I t S rc =1... 04/23/2008
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he /she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State
law and /or the Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these subcontractors
will be used subject to the approval of the Engineer and in accordance with State law. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach. (Use additional sheets if needed)
Subcontractors InforTnation
Bid Item
Description of Work
%of
Number
Total Bid
Name: A01%.
VMier Lle kT
Address: pA%3P.ki ,all
Co•+dv I7
2fo
Phone: ?ly 4043'43 -i
State License Number. $2.7_r4SO
Name: SvAhAIC^1L Co
STJpi�rq 9� /w ,#A§eAyf
Address: #4"PrL'W- M
Z�
3,IDro
Phone: to? 874 Z4 IS
State License Number 'L 3 (e -7
Name: fCATO LArvdtew(+G
LA SGspLi
Address:
Phone: 7/0 4rt5 3 cl(o /S
State License Number. 90 fWJ2 L
A } l r r rIj
Bidderi �i =.
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not fisted, the
Contractor represents that he/she is fully qualified to and will be responsible for performing that
Portion of the work. Substitution of subcontractors shall be made only in accordance with State
law and/or the Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these subcontractors
will be used subjed to the approval of the Engineer and in accordance with State law. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach. (Use additional sheets if needed)
Subcontractor's Information
Bid Rom
Description of Work
%of
Number
Total Bid
Name:&1ob &L SeaL.i,"7
�h�►fF,'c LoroP S
Address: W,EfTYM/N /s;' G
2,7
A.30700
Phone: 71 feSq 3 od&gS
State License Number. 7575 gq
Name: gubwi G40G1eF/
G,t/QC Seta l_
Address: PU L e4 -r& ^0
.75
Phone: T/4V VqJ 5(47-
State License Number. •rt g 758
Name:
Address:
Phone:
State License Number.
1 r I
r
11
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this formlll Please print or type.
0
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $15,000, provide the following information:
No. 1
Project Name/Number
Project Description
Approximate Construction
Agency Name
Contact Person
To:
Telephone (
Original Contrac>,Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
NIP-
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.
D
No. 2
Project Name/Number
Project Description
Approximate Construction Dates:
Agency Name
Contact Person
To:
Telephone (
Original Contract Amoo $ Final Contract Amount
0
If final amount is different from original, please explain (change orders, extra work, etc.)
N 1 r
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractorl If yes, briefly explain and indicate outcome of claims.
JJ O
No. 3
Project Name /Number
Project Description
Approximate Construction Dates:
Agency Name
Contact Person
Telephone (
Original Contract Ay(ount $ Final Contract Amount $
If final amount ik different from original, please explain (change orders, extra work, etc.)
)-> tA-
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.
/vy
No. 4
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name _
Contact Person
To:
Telephone ( )
Original Contract Amount $/ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
NI0-
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.
INTO
No. 5
Project Name/Number
Project Description _
Approximate Construction
Agency Name
Contact Person
To:
Telephone ( )
Original Contr�af Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
hs I ft-
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.
E
E
No. 6
Project Name/Number _
Project Description
Approximate Construction
Agency Name
Contact Person
Original Contract Am nt
To:
Telephone (
$ Final Contract Amount
0
If final amount is different from original, please explain (change orders, extra work, etc.)
N/ &
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.
0o
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. cue— A.m-6E
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.
,4U 4MMc*,) *#4G-r p
Bidder u rized Signature/Title /.
r
10
0 0
"2007"
PAST WORK REFERENCES
City of Westminster
8200 Westminster Boulevard
Westminster, CA 92683
Citywide Street Improvements
Contract Amount: $1,085,000.00
Start: 11/2006
Contact: Theresa Tran, (714) 898 -3322 Ext. 282 Completed: 6/2007
City of Irvine
P.O. Box 19575
One Civic Center Plaza
Irvine, CA 92606 -5208
Contact: Uyenly Bui, (949) 7247559
City of Anaheim
200 S. Anaheim Boulevard
Analt : 92805
Contact: kobert Luciano, (714) 765 -5286
City of San Clemente
910 Calle Negocio, Suite 100
San Clemente, CA 92376
Contact: Gary Voborsky, (949) 361 -6132
City of N- port Beach
3300 `; � wport Boulevard
Newport Beach, CA 92658
Contact: Andy Tra% (714) 6443311
City of Seal Beach
211 Eighth Street
Seal Beach, CA 90740
Karim Vatshochi, (714) 412 -2722
City of Tustin
300 Centennial Way
Tustin, CA 92630
Contact: Benny Tenkean, (714) 573 -3161
Jeronimo Road
Contract Amount: $649,000.00
Stan: 312007
Completed: 5/2007
Weir Canyon
Contract Amount: $795,000.00
Start: 3/2007
Completed: 612007
North El Camino Real
Contract Amount: $1,400,000.00
Start: 4/2007
Completed: 6/2007
Citywide Street Improvements
Contract Amount: $1,392,000.00
Start: 1/2007
Completed: 5/2007
Seal Beach Boulevard
Contract Amount: $930,647.00
Start: 12/2006
Completed: 412007
Jamboree & Tustin Ranch Rod
Contract Amount: $2,700,000.00
Start: 11/2006
Completed: 4/2007
P.O. Box 2229, Corona, CA 9297 8-2229
Doug Harrington
WOtfFtd[�r .,.1' ;_ .'.. 1996- Present AJI American Asphalt Corona, CA
Co�s6trctlon
• Supervise construction activities for general engineering contractor.
• Manage grading, concrete, and paving operations for both public and private
work projects.
1990 -19%
Paving Staperbt0ertdert
• Managed all paving operations.
• Responsible for organizing petsoaael, 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 AsphaltMunt Mix Irwindale, CA
Operating Fnglneer
• Responsible for daily maintenance and operation of various heavy machinery.
AddlU*di* nfr ft' - Attended various educational classes relating to the construction industry
including:
Agtec Pointman Training (Non contact sensor grade control)
- Asphalt Technology
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
NON - COLLUSION AFFIDAVIT
State of California
�) ss.
County of AMUSMO-)
kAeeT ?;g A:A . , being first duly swo says that he OF Ghe is
ideg /ARW0 of {ALL xe 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 fox 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.
Il # I m mao Ag [fA -LT - 4-
Bidder A o rfz ed Signature/Title 7"a��, % D,
Subscribed and m to (or affirmed) before me on this day of 2008
by S 01, ' personally known to me or proved to me on
the basis of satisfactory evidence to a p�sr on(s) who appeared before me.
[SEAL]
11
My Commission Expires:
CALIFORNIA JURAT
State of California
County of Riverside
BRENDA L. ROYSTER
Commlrelon • 1700922
Notory Public - Cailfornlo
RIMSICle County
t"N �t'r ^. rya Cct 2D. 2010
R e Nomy E.al Abow
Subscribed and sworn to (or affirmed) before
me on this 22nd day of April 200 8�
Date Month
By (1) Robert Bradley
Name of Signer
Proved to me on the basis of satisfactory evidence
be the person who appeared before me (.) (.)
(2)
of brgner
Provedto me on the basis of satisfactory evidence
be,the person who appeared before mm�e.)),��
Signature
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: 4 -22 -08 Number of Pages: 1
Signer(s) other Than Named Above: None
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
DESIGNATION OF SURETIES
Bidders name A" L SO T
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): 09-A14), 1WVP
6d GWbAl,(s. CA Ct Mv
C.
TG� 00 _937 - 01 CDus C°
12
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code
10, Occupational Injuries, Summary— Occupational Injuries and Illnesses, OSHA No. 102.
13
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2007
2006
2005
2004
2003
Total
2008
No. of contracts
ZIT
11110
I I j Ci
117.611
JIM-
11361
(0113Q -
Total dollar
Amount of
birlo4z�
3"gWG
lb%I�D
7n.ir0U3
2dscf4S-1,J%4$C4q
(r23�5
Contracts (in
Thousands of $
No. of fatalities
No. of lost
Workday Cases
C—
No. of lost
workday cases
involving
permanent
transfer to
.8—
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.
13
0 0
Legal Business Name of Bidder EAR. �( fC,T
Business Address: 47 Business Tel. No.: OL7
State Contractor's License No. and
Classification: 1G7 07 0-1Z
Title VfGE KtzW4DeRr
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.
Signatu
bi
Signatui
bi
Signatui
bil
Signatu
bidder
Date
Title
If bidder is an individual, name and signature of individual must be provided, and, if he
is doing business under a fictitious name, the fictitious name must be set forth. If
bidder is a partnership or joint venture, legal name of partnership/Joint venture must be
provided, followed by signatures of all of the partnersljoint ventures or of fewer than all
of the partners/joint ventures if submitted 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 notarized signatures of the corporation President or Vice
President or President and Secretary or Assistant Secretary, and the corporate seal.
Signatures of partners, join venturers, or corporation officers must be acknowledged
before a Notary Public, who must certify that such partners /joint venturers, or officers
are known to him or her to be such, and, in the case of a corporation, that such
corporation executed the instrument pursuant to its bylaws or a resolution of its Board
of Directors.
14
0 0
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On April 22, 2008 before me, Brenda L. Royster, Notary Public
Der, Hero enact Hens end Tce o1 me Offim
personally appeared Robert Bradley and Mark Luer
N~sla So W
BRENDA 1. ROYSTER
Commission ♦ 1700922
Notary public - California
Riverside County _
t''bCOrrm89*00 26,2010
Place Not ry seal n &
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) islare subscribed to the within instrument
and acknowledged to me that helshe/lhey executed the same in
hi~heir authorized capacily(ies), and that by hislher their
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my herd and official seal.
OPTIONAL
Though the information below is not required by law, t may prove valuable to person retying 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 Contractors Industrial Safety Record
Document Date: April 22, 2008 Number of Pages: 2
Signer(r) Other Then Named Above: None
Capacity(iea) Claimed by Signer(s)
Signers Name: Robert Bradley
o Individual
X Corporate Officer — Title(s): Vice President
o Partner — o Limited o General
• Attorney in Fact
• Trustee
c Other:
Signer is Representing:
Signer's Name: Mark Luer
o Individual
X Corporate Officer — Title(s): Secretary
o Partner— o Limited c General
o Attorney in Fad
I ! Trustee
c Other:
Signer is Representing:
I.
�]
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
ACKNOWLEDGEMENT OF ADDENDA
idd / / i
The bidder shall signify receipt of all Addenda here, if any, and attach executed
copy of addenda to bid documents:
Addendum . Date - -. F�� ^..•. -
15
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
EASTBLUFF DRIVE STREET REHABILITATION
Page: 1 of 1
CONTRA4ftputy 68
DATE: Ll o�i BY: c Works D irector /City Engineer
TO: ALL PLANHOLDERS
The following changes, additions, deletions, or clarifications shall be made to the Contract
Documents — all other conditions shall remain the same.
SPECIAL PROVISIONS - Section 93.1:
Item No. 9 - Add "Root barrier panels shall be Century Root Barrier, CP- Series, 24-
inch In height with linear application of approved equal. Assume 800 linear feet of root
barrier panels to be Installed with this bid Item.'
Item No. 10 - Add 'Root barrier panels shall be Century Root Barrier, CP- Series, 24-
Inch in height with linear application or approved equal. Assume 200 linear feet of root
barrier panels to be installed with this bid item.'
Item No. 18 - Add 'Root barrier panels shall be Century Root Barrier, CP- Series, 24-
Inch in height with linear application or approved equal. Assume 480 linear feet of root
barrier panels to be Installed with this bid item.'
Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not
be considered unless this signed Addendum No.1 Is attached.
I have carefully examined this Addendum and have
Included full payment In my Proposal.
4 U, " Mcow ASPFT rr
Bidder's Name (Please Print)
&U—L ;Q X3062(
Date _ /
ieLR'3e= i1I ...a. . c..t ...nor...•:., 5.;1r i —Ir
no 1 Aoc
0.
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
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
Business Address: P6. 60Y ;a 9- VC AJAI r�t Z A ,) j
Telephone and Fax Number y - -M- oco QS '736 -�7 4 (Fif
)
California State Contractor's License No. and Class: -4 76 73 C /Z
(REQUIRED AT TIME OF AWARD)
Original Date Issued: Expiration Date: 1-31-10
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:
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
Corporation organized under the laws of the State of C4- u ,CO3rAJ1A
16
• 0
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
1004
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
N
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: N p.
Provide the names, addresses and telephone numbers of the parties;
Briefly summarize the parties' claims and defenses;
Have you ever had a contract terminated by the ownertagency? If so, explain.
M 0
Have you ever failed to complete a project? If so, explain.
,r 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 la4af,�ompliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc.)? Yes
Are any claims or actions unresolved or outstanding? Yes No
17
•
If yes to any of the above, explain. (Attach additional sheets, if necessary)
Q
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non- responsive.
/ i[4 /
if
(Print name of Owner or President
Subscribed and swom to (or affirmed) �
d) before me on this day of U L _,2008
i
by CBW lbif' aw proved to me on
the basis of satisfactory evidence to be the person(6ywho appeared before me.
[SEAL)
BRENDA L. ROYSTER
Commission a 1700922
Notary Public - Colltomio
Riverside County
td/Canm.E7000026.2010
18
/
63 F
My Commission Expires: 10-Ug -10
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
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.
19
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
CONTRACT
THIS AGREEMENT, entered into this /�tIday of o4q, 2008, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and All Arneritan Asphalt, a California corporation,
hereinafter "Contractor," is made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
EASTBLUFF DRIVE STREET REHABILITATION
"The work necessary for the completion of this contract consists of mobilization,
traffic control, construction notifications, survey services, cold milling, asphalt
concrete overlay, reconstruction of concrete access ramps, driveway approaches,
cross gutters and sidewalks, landscape and irrigation, signing and striping and all
other incidental items of work necessary to complete the work in place."
WHEREAS, 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, City and Contractor agree as follows:
A. 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, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for Contract No. 3968, Standard Specifications for Public
Works Construction (current adopted edition and all supplements) and this Agreement,
and all modifications and amendments thereto (collectively the "Contract Documents ").
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.
B. 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.
20
• 0
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of One Million, Sixty -Nine Thousand, Sixty-
Nine and 001100 Dollars ($1,069,069.00).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(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, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Andy Tran
(949) 644 -3315
F. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
All American Asphalt
P.O. Box 2229
Corona, CA 92878
951- 736 -7600
951 - 736 -7646 Fax
Contractor, by executing this Contract,
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with original certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
21
0
0
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property, which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0002 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1173) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0002 0287
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $2,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
22
0 0
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, agents, officials, employees and volunteers are to be
covered as additional insureds as respects: liability arising out of activities
performed by or on behalf of Contractor, including the insured's general
supervision of Contractor; products and completed operations of Contractor;
premises owned, occupied or used by Contractor; or automobiles owned,
leased, hired or borrowed by Contractor. The coverage shall contain no
special limitations on the scope of protection afforded to City, its officers,
officials, employees or volunteers.
ii. Contractor's insurance coverage shall be primary insurance and/or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractors
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, agents, officials, employees and
volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurers liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
agents, officials, employees and volunteers for losses arising from work
performed by Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either party,
reduced in coverage or in limits except after thirty (30) days' prior written notice
by certified mail, return receipt requested, has been given to City.
All of the executed documents referenced in this contract must be returned within
ten (10) working days after the date on the 'Notification of Award," so that the City
may review and approve all insurance and bonds documentation.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
23
0 0
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to direct the Contractor to stop work under this Agreement
and /or withhold any payment(s), which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
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 the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
active negligence or willful misconduct of City, its officers or employees.
4. 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.
Nothing in this article, nor 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 in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
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.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
24
•
K. 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.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and vear first written above.
APP OVED AS TO FORM:
AA ON C. HARP
Assistant City Attorney
25
Cl
A
a
ALL AMERICAN ASPHALT
Title:
Print Name:
(Financial Officer)
,�'
Title: ��� 1.1A -tom.
Print Name:
0 r
CALIFORNIA ALL- PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On May 1. 2008 before me, Brenda L. Royster, Notary Public
Da Here roan name eM Tee of me Offi
personally appeared Robert Bradley and Mark Luer
Ne tlasv 0)
t
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) Ware subscribed to the within instrument
BRENDA L. ROYSTER and acknowledged to me that hah0withey executed the same in
Commission ! 1700922 hisR+erflheir authorized cepacity(ies), and that by bieFhedtheir
-� Notary Public - Collforwo signature(s) on the instrument the person(s), or the entity upon behalf
Riverside County of which the person(s) acted, executed the instrument.
WComm.Ex0wOc120.2010
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my "nd and official
PIr No" SW Ae e
OPTIONAL
Though the information below is not required by law, it may prove valuable to person retying 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 — City of Ne!AMrt Beach
Document Date: May 1, 2008 Number of Pages: 7
Signer(s) Other Than Named Above: None
Capacity(les) Claimed by Signer(s)
Signers Name: Robert Bradley
c Individual
X Corporate Officer — Title(s): Vice President
c Partner — o Limited o General
c Attorney in Fact
c Trustee Top d e,uno nee
c Other:
Signers Name: Mark Luer
o Individual
X Corporate Officer — Title(s): Secretary
• Partner— c Limited o General
• Attomey in Fad
11TV a mime rar.
• Trustee
o Other:
Signer is Representing: I I Signer is Representing:
rhanH$• AA73
ALL.AMER12
ACORDN CERTIFC OF LIABILITY INSU NCE
5/18
0080
PRODUCER
Edgewood Partners Insurance Center
Lic #OB29370 (714) 937 -1824
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES , EXTEND OR
ALTER HE COVERAGE AFFO DEDNBYT THE AMEND
POLICIES BELOW.
One City Blvd W, #700
POUC EFFECTIVE
POLICY E%PIiUTION
Orange, CA 92868.2947
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
NSURER A Arch Specialty Insurance Co.
08/01/07
All American Asphalt
P.O. Box 2229
Corona, CA 92876.2229
RSURER B. Ins. Co. of the State of PA
$1000000
NSURER c Seabright Insurance Co
$100 000
IN6URER O: Hartford Fire Insurance Co.
S
INSURER E
$1000000
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO T4E INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
11,1301
TYPE OF INSURANCE
POLICY NUMBER
POUC EFFECTIVE
POLICY E%PIiUTION
LIMITS
A
GENERALLIABITTY
X COMMERC, L GENERALLIASILITY
CLAIMS MADE O OCCVR
GPPDD2265800
Cart Holder is
additional
Insured if
required by
written Contract
08/01/07
08/01/09
EACH OCCURRENCE
$1000000
DAMAGE TO RENTED
$100 000
MED EXP (Am one p n)
S
PERSONA. AADVIWURY
$1000000
GENERAL AGGREGATE
s2,000,000
GEN'L AGGREGATE OMIT APPLIES PER
PaICY X PRDr Loc
PROOUCTS COMPIOP AGG
S2000.000
D
AUTOMOBILE
LIABUM
ANYAUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON OWNED AUTOS
72UENGK5491K2
Carl Holder is
additional
insured It
required by
written contract
08/01107
08/01/08
COMBAEO SINGLE OMIT
(Ea am nq
$1 000,000
X
PAORY IWURY
(P,, Pn )
f
X
GOOILY.WURY
IPW amOle^I)
S
X
PROPERTY
PROPERTY GAMAf..E
$
GARAGE LIMWTY
AVY AUTO
AVTOONLY. EAA CIOENT
t
OTHER THAN EA ACC
AUTO ON.Y. AGG
S
$
B
EXCE991UMBRELLA LIA &LITY
X OCCUR F7 CLAIMS MADE
DEDUCTIBLE
X RETENTION $10,000
5696440
08101%07
08/01/09
EACH OCCURRENCE
$tO OOO OOO
AGGREGATE
$10,000,000
S
$
$
(-.
WORKERS COMPENSATION AND
EMPLOYERS* LIABILITY
ANY PROPRIETORIPARTNERIEXECUTIVE
OFFICE"EMBER EXCLUDED?
It S E IALLPPROVI!t� Eebw
BBt DT0243
08/01107
06101/06
)( WC 6U.T 1ER
E.L. EACH ACCIDENT
$1,000,000
E L DISEASE EA EMPLOYEE
$1,000,000
E L DISEASE PDLICY LIMIT
$1,000,000
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEKIOLES I EXCLUS R AnnFn RV FMDORSEMENT I SPECIAL PROVISIONS
A2axpf7vpfwcw'
City of Newport Beach
Public Works Dept-
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92658
as IznnSInR% R .d o NC nn4,MO 4noo
LD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE EXPIRATION
THEREOF, THE ISSUING INSURER WALL XNXMXVJ= MAIL In DAYS WRITTEN
:E TO THE CERTIFICATE HOLDER NAMED TO THE LEFTj=TArSSSa0CCMXMKXKWx
crni o ACORD CORPORATION 1988
IMPORTANT
If the certificate folder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does k
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25S (2001100) 2 of 2 #S30012[M21032
THIS ENDORSEM& CHANGES THE POLICY. PLEASEOAD IT CAREFULLY.
OTHER INSURANCE — BROAD FORM, CGL POLICY ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
COMMERCIAL GENERAL LIABILITY SELF - INSURED RETENTION COVERAGE FORM
Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following paragraph is added
to Condition 4. Other Insurance:
Where the Named Insured is required by a written contract to provide insurance that is primary and
non - contributory, and the written contract so requiring is executed by the Named Insured before any
occurrence° or offense, this insurance will be primary, but only if and to the extent required by that
written contract.
All other terms and conditions of this Policy remain unchanged.
City of Newport Beach, its officers, agents, officials, employees and volunteers
Proiecr
Endorsement Number.
This endorsement is effective on the inception date of this policy unless otherwise stated herein
(The information below is required only when this endorsement is issued subsequent to the preparation of the
policy.)
Policy Number: GPP002265800
Named Insured: All American Asphalt
Endorsement Effective Date: 8/1107
00 CGL0130 00 09 06 Page 1 of 1
THIS ENDORSEME.CHANGES THE POLICY. PLEASE 41�41D IT CAREFULLY.
OTHER INSURANCE — BROAD FORM, CGL POLICY ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
COMMERCIAL GENERAL LIABILITY SELF - INSURED RETENTION COVERAGE FORM
Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following paragraph is added
to Condition 4. Other Insurance:
Where the Named Insured is required by a written contract to provide insurance that is primary and
non - contributory, and the written contract so requiring is executed by the Named Insured before any
"occurrence" or offense, this insurance will be primary, but only if and to the extent required by that
written contract.
All other terms and conditions of this Policy remain unchanged.
Endorsement Number:
This endorsement is effective on the inception date of this policy unless otherwise stated herein
(The information below is required only when this endorsement is issued subsequent to the preparation of the
policy.)
Policy Number: GPP002265800
Named Insured: All American Asphalt
Endorsement Effective Date: 8/1/07
• • COMMERCIAL AUTO
CA 00 0112 93
BUSINESS AUTO COVERAGE FORM
Various provisions In this policy restrict coverage. Read the entire policy carefully to determine rights, duties and
what is and is not covered.
Throughout this policy the words "you" and "your' refer to the Named Insured shown in the Declarations. The words
"we ", "us" and "our' refer to the Company providing this insurance.
Other words and phrases that appear In quotation marks have special meaning. Refer to SECTION V -
DEFINITIONS.
SECTION I - COVERED AUTOS
ITEM TWO of the Declarations shows the "autos" that
are covered "autos" for each Of your coverages. The
following numerical symbols describe the "autos" that
may be covered "autos ". The symbols entered next to
a coverage on the Declarations designate the only
"autos" that are covered "autos ".
A. DESCRIPTION OF COVERED AUTO
DESIGNATION SYMBOLS
SYMBOL DESCRIPTION
1 = ANY "AUTO ".
2 = OWNED "AUTOS" ONLY. Only those "autos"
you own (and for Liability Coverage any
"trailers" you don't own while attached to power
units you own). This includes those "autos" you
acquire ownership of after the policy begins.
3= OWNED PRIVATE PASSENGER "AUTOS"
ONLY. Only the private passenger "autos" you
own. This includes those private passenger
"autos" you acquire ownership of after the
policy begins.
4= OWNED "AUTOS" OTHER THAN PRIVATE
PASSENGER "AUTOS" ONLY. Only those
"autos" you own that are not of the private
passenger type (and for Liability Coverage any
"trailers" that you don't own while attached to
power units you own). This includes those
"autos" not of the private passenger type you
acquire ownership of after the policy begins.
6 = OWNED "AUTOS" SUBJECT TO NO- FAULT.
Only those "autos" you own that are required to
liave No -Fault benefits in the state where they
are licensed or principally garaged. This
Includes those "autos" you acquire ownership of
after the policy begins provided they are
required to have No -Fault benefits In the state
where they are licensed or principally garaged.
6 = OWNED "AUTOS" SUBJECT TO A
COMPULSORY UNINSURED MOTORISTS
LAW. Only those "autos" you own that because
of the law in the state where they are licensed
or principally garaged are required to have and
cannot reject Uninsured Motorists Coverage.
This includes those "autos" you acquire
ownership of after the policy begins provided
they are subject to the same state uninsured
motorists requirement.
7 = SPECIFICALLY DESCRIBED "AUTOS ". Only
those "autos" described in ITEM THREE of the
Declarations for which a premium charge is
shown (and for Liability Coverage any "trailers"
you dont own while attached to any power unit
described in ITEM THREE).
8 = HIRED "AUTOS" ONLY. Only those "autos"
you lease, hire, rent or borrow. This does not
include any "auto" you lease, him. rent, or
borrow from any of your employees or partners
or members of their households.
9 = NONOWNED "AUTOS" ONLY. Only those
"autos" you do not awn, lease, hire, rent or
borrow that are used in connection with your
business. This Includes "autos' owned by your
employees or partners or members of their
households but only while used in your business
or your personal affairs.
B. OWNED AUTOS YOU ACQUIRE AFTER THE
POLICY BEGINS
1. If symbols 1, 2, 3, 4, 5 or 6 are entered next to
a coverage In ITEM TWO of the Declarations,
then you have coverage for "autos" that you
acquire of the type described for the remainder
of the policy period.
CA 00 01 12 93 Copyright, Insurance Services Office, Inc., 1993 Pace 1 of 11
_,
P
2. But, If symbol 7 is entered next to a coverage in
ITEM TWO of the Declarations, an "auto" you
acquire will be a covered "auto" for that
coverage only if:
a.' We already cover all "autos" that you own
for that coverage or it replaces an "auto"
you previously owned that had that
coverage; and
b. You tell us within 30 days after you acquire
It that you want us to cover it for that
coverage.
C. CERTAIN TRAILERS, MOBILE EQUIPMENT AND
TEMPORARY SUBSTITUTE AUTOS
If Liability Coverage Is provided by this - Coverage
Form, the following types of vehicles are also
covered "autos" for Liability Coverage:
A. COVERAGE
0
1. "Trailers" with a load capacity of 2,000 pounds
or less designed primarily for travel on public
roads.
2. "Mobile equipment" while being carried or
towed by a covered "auto ".
3. Any "auto" you do not own while used with the
permission of its owner as a temporary
substitute for a covered "auto" you own that Is
out of service because of its:
a. Breakdown;
b. Repair,
c. Servicing;
d. "Loss "; or
e. Destruction
SECTION II - LIABILITY COVERAGE
We will pay all sums an "insured" legally must pay
as damages because of "bodily InJur.V' or "property
damage" to which this insurance applies, caused by
an "accident" and resulting from the ownership,
maintenance or use of a covered "auto ".
We will also pay all sums an "insured" legally must
pay as a "covered pollution cost or expense" to
which this Insurance applies, caused by an
"accident" and resulting from the ownership,
maintenance or use of covered "autos". However,
we will only pay for the "covered pollution cost or
expense" if there is either "bodily injury" or
"property damage" to which this. Insurance applies
that is caused by the same "accidnt ".
We have the right and duty to defend any "insured"
against a "suit" asking for such damages or a
"covered pollution cost or expense". However, we
have no duty to defend any "insured" against a
"suit" seeking damages for "bodily Injury" or
"property damage" to which this insurance does not
apply. We may Investigate and settle any claim or
"suit" as we consider appropriate. Our duty to
defend or settle ends when the liability Coverage
Limit of Insurance has been exhausted by payment
of judgments or settlements.
Page 2 of 11
1. WHO IS AN INSURED
The following are "insureds ".
a. You for any covered "auto ".
b. Anyone else while using with your
permission a covered "auto" you own, hire
or borrow except:
(1) The owner or anyone else from whom
you hire or borrow a covered "auto ".
This exception does not apply if the
covered "auto" is a "trailer" connected
to a covered "auto" you own.
(2) Your employee if the covered "auto" is
owned by that employee or a member
of his or her household.
(3) Someone using a covered "auto" while
he or she is woridng in a business of
selling, servicing, repairing, parting or
storing "autos" -unless that business Is
yours.
(4) Anyone other than your employees,
partners, a lessee or borrower or any of
their employees, while moving property
to or from a covered "auto ".
Copyright, Insurance Services Office, Inc., 1993
CA 00 01 12 93
2.
• •
(6) A partner of yours for a covered "auto"
owned by him or her or a member of his
or her household.
c. Anyone liable for the conduct of an
"Insured" described above but only to the
extent of that liability.
COVERAGE EXTENSIONS
a. Supplementary Payments. In addition to
the Limit of Insurance, we will pay for the
"Insured ":
(1) All expenses we Incur.
(2) Up to $250 for cost of ball bonds
(including bonds for related traffic law
violations) required because of an
"accident" We cover. We do not have
to furnish these bonds.
(3) The cost of bonds to release
attachments in any "suit" we defend,
but only for bond amounts within our
Limit of Insurance.
(4) All reasonable expenses incurred by the
"insured" at our request, including
actual loss of earning up to $100 a day
because of time off from work.
(5) All costs taxed against the "insured" in
any "suit" we defend.
(b) All interest on the full amount of any
judgment that accrues after entry of the
judgment In any "suit" we defend, but
our duty to pay Interest ends when we
have paid, offered to pay or deposited
In court the part of the judgment that is
within our Limit of Insurance.
b. Out -of -State Coverage Extensions.
While a covered "auto" Is away from the
state where it Is licensed we will:
(1) Increase the Limit of Insurance for
Liability Coverage to meet the limits
specified by a compulsory or financial
responsibility law of the jurisdiction
where the covered "auto" is being used.
This extension does not apply to the
limit or limits specified by any law
governing motor carriers of passengers
or property.
(2) Provide the minimum amounts and
types of other coverages, such as no-
fault, required of out -of -state vehicles
by the jurisdiction where the covered
"auto" is being used.
We will not pay anyone more than once for
the same elements of loss because of these
extensions.
B. EXCLUSIONS
This insurance does not apply to any of the
following:
1. EXPECTED OR INTENDED INJURY
"Bodily Injury" or "property damage" expected
or Intended from the standpoint of the "insured ".
-1�72. CONTRACTUAL
liability assumed under any contract or
agreement
But this exclusion does not apply to liability for
damages:
a. Assumed In a contract or agreement that Is
an "insured contract" provided the "bodily
injury" or "property damage" occurs
subsequent to the execution of the contract
or agreement; or
b. That the "Insured" would have In the
absence of the contract or agreement.
3. WORKERS' COMPENSATION
Any obligation for which the "insured" or the
"insured's" insurer may be held liable under any
workers' compensation, disability benefits or
unemployment compensation law or any similar
law.
4. EMPLOYEE INDEMNIFICATION AND
EMPLOYER'S LIABILITY
"Bodily injury" to:
a. An employee of the "Insured" arising out of
and in the course of employment by the
"insured "; or
b. The spouse, child, parent, brother or sister
of that employee as a consequence of
paragraph a. above.
CA 00 01 12 93 Copyright, Insurance Services Qffice, Inc., 1993 Page 3 of 11
WORKERS COMPENSATION ANDOPLOYERS LIABILITY INSURANCE POO WC 04 03 06
(Ed. 4 -841
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT— CALIFORNIA
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our
right against the person or organization named in the Schedule. (This agreement applies only to the extent that you
perform work under a written contract that requires you to obtain this agreement from US.)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work
described in the Schedule.
The additional premium for this endorsement shall be 5% of the California workers' compensation premium otherwise due
on such remuneration.
Schedule
Person or Organization Job Description
City of Newport Beacb, its officers, agents, officials, employees and volunteers
Project:
WHERE REQUIRED BY WRITTEN CONTRACT, PROVIDED THE
CONTRACT IS SIGNED AND DATED PRIOR TO THE DATE OF
LOSS TO WHICH THIS WAIVER APPLIES. IN NO INSTANCE
SHALL THE PROVISIONS AFFORDED BY THIS
ENDORSEMENT BENEFIT ANY COMPANY OPERATING
AIRCRAFT FOR HIRE.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise staled.
(The information below is required only when this endorsement is Issued subsequent to preparation of the policy.)
Endorsement Effective
8/1/07 Policy No. BB1070243 Endorsement No. 6
Insured
All American Asphalt (A Corp) Policy Effective Date 811/07
Insurance Company
Seabright Insurance Company
Countersigned By
WC 04 03 06
(Ed. 4-84)
01198 by the Workers' Comperroatbn Insurance Rating Bureau of Califomta. A8 rights reserved.
Fax #:
0 0
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
Date Received: _ fvlay 5, 2008 _ _ Dept. /Contact Received From:
Shari Rooks
Date Completed: May 5, 2008 Sent to Shari Rooks By: Tara Hemmingsen
Company /Person required to have certificate: All American Asphalt
1. GENERAL LIABILITY
A.
INSURANCE COMPANY: Arch Specialty Insurance Co.
B.
AM BEST RATING (A: VII or greater): A +:XV
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
N Yes ❑ No
D.
LIMITS (Must be $11M or greater): What is limit provided?
32 Mil agg / SI Mil occ
E.
PRODUCTS AND COMPLETED OPERATIONS (Must
® Yes ❑ No
include): Is it included?
F.
ADDITIONAL INSURED WORDING TO INCLUDE (The
N Yes ❑ No
City its officers, officials, employees and volunteers):
Is it included?
G.
PRIMARY & NON - CONTRIBUTORY WORDING (Must be
® Yes ❑ No
included): Is it included?
H.
CAUTION! (Confirm that loss or liability of the named
[ Yes Q9 No
insured is not limited solely by their negligence) Does
endorsement include "solely by negligence' wording?
1.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires
notification of cancellation by certified mail; per Lauren Farley,
the City will accept the
endeavor wording.
II. AUTOMOBILE LIABILITY
A. INSURANCE COMPANY: Hanford Fire Insurance Co.
B AM BEST RATING (A: VII or greater) A +XV
C. ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California? N Yes ❑ No
D. LIMITS (Must be $1M min. BI 8 PD and $500,000 UM): $I Mil
What is limits provided?
E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its ® Yes ❑ No
officers, officials, employees and volunteers): Is it included?
F. PRIMARY d NON - CONTRIBUTORY WORDING (For Waste
Haulers only):
Is it included? NIA ❑ Yes ❑ No
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires
notification of cancellation by certified mail; per Lauren Farley, the City will accept the
endeavor wording.
0 0
III. WORKERS' COMPENSATION
A. INSURANCE COMPANY: Seabright .Ins. Co.
B. AM BEST RATING (A: VII or greater): A -:IX
C. LIMITS: Statutory
D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes .J No
HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes ❑ No
IF NO, WHICH ITEMS NEED TO BE COMPLETED? _ _
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. 3968 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:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
2.
3.
Lump Sum Mobilization e
MAW_ v
@ �+a�ireDollars
and
ZeAo
Cents
Per Lump Sum
Lump Sum Traffic Control
@ N s,ww_1N#,s*"a Dollars
and
zees Cents
Per Lump Sum
N„ r.dw -d a►�o Fwd
Lump Sum Surveying Services
M.'^4 A* j
F, VE Dollars
and
Cents
Per Lump Sum
$ 45,E Vo
$ 7500 o-
• • PR2of6
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 600,000 SF Cold Mill AC Pavement
@ Zeao Dollars
and
A40r. Cents $ •09 $ 64,000 ' -°
Per Square Foot
5. 6,000 TN ARHM Surface Course
@ Dollars
and
Cents $ 79eo $ '468.000
Per Ton
6. 1,100 TN AC Surface Course
@ 5l'utY wii:%.� Dollars
and
Ztao Cents $ (09 =° $ 7+5,900'=
Per Ton
7. 900 TN AC Leveling Course
@ Dollars
and
Zeno Cents $ Sog to $ LL_ tc
Per Ton
8. 12,500 SF Remove AC Pavement and Place
4" Full Depth AC (Dig -out)
@ >' Pw.&_ Dollars
and
zedo Cents $ 3SO $ 37Soo ��
Per Square Foot
9. 1,600 LF Remove and Reconstruct Type A
Curb and Gutter
@ Fe<tyf %tee Dollars
and
Zs,to Cents
Per Linear Foot
$ y5 o $ 72 dao';
0 0
PR3of6
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 900 LF Remove and Reconstruct Type B
Curb
@ iMi.t:y Nib Dollars
and
me,co Cents $ 93 $ _ 35100
Per Linear Foot
11. 2,700 SF Remove and Reconstruct Cross
Gutter
@_ Tim"Vt Dollars
and
Zeno Cents $ Iz $ 32Voo',
Per Square Foot
12. 200 SF Remove and Reconstruct
Driveway Approach
@_IV%NG Dollars
and
Zeto Cents $ q,�o $ 1800 00
Per Square Foot
13. 300 SF Remove and Reconstruct
Alley Approach
@_ T►.aetut, Dollars
and
ZeAo _Cents $ 12 °= $ 3t.00 o
Per Square Foot
14. 700 SF Remove and Reconstruct
Sidewalk
@ SIX Dollars
and
LeW-o Cents $ (Ott $ 412.00 b
Per Square Foot
15. 7 EA Remove and Reconstruct Curb
Access Ramp
orb, 0,4w rah
@ Two1M1w�+s.►�+o Dollars
and
Z� Cents $ 2100 ILO $ 1 y Z 00 —
Per Each
@ ?eN Dollars
and
"7s/W Cents $ 10to $ 3000 '�
Per Linear Foot
18. 480 LF
•
•
@Twtn/fy Dollars
PR4of6
and
2e 2p Cents
$ 20
ITEM QUANTITY
ITEM DESCRIPTION AND UNIT
UNIT
TOTAL
AND UNIT
PRICE WRITTEN IN WORDS
PRICE
PRICE
To Grade (OCWD)
16. 1 EA
Remove and Reconstruct Bike
Ramp
f
$ 4ZS 'te
$ 4 L'S =°
@ SA►�N N,�d►�d Dollars
20. 18 EA
and
7-,e A_,0 Cents
$ -150 ep
$ 760'=
Per Each
17. 300 LF
Remove Mow Strip
@ ?eN Dollars
and
"7s/W Cents $ 10to $ 3000 '�
Per Linear Foot
18. 480 LF
Construct Mow Strip
@Twtn/fy Dollars
and
2e 2p Cents
$ 20
Per Linear Foot
19. 1 EA
Adjust Manhole Frame and Cover
To Grade (OCWD)
*^4
@ l&A14uJ.tel Do11 a rs
and
y/tD Cents
$ 4ZS 'te
$ 4 L'S =°
Per Each
20. 18 EA
Adjust Manhole Frame and Cover
To Grade (City)
., NL
f" cNDo
@ fs.,g 9*&WKJ 'Dollars
and
zeAD Cents
$ qzs,`.-
$ ?feSO
Per Each
21. 25 EA
Remove and Replace with New Valve
Box and Cover to Grade (OCWD)
S ;lt Dollars
and
ee
ee
ZtQo Cents
$ 7. —
$ &600 =
Per Each
0 0
PR5of6
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
22. 40 EA Remove and Replace with New Valve
Box and Cover to Grade (City)
@ 'r.&v N.a+d 51,K Dollars
and
Cents $ Zl.D =° $ ►o�oo. °°
Per Each
23. 25 EA Remove & Replace with New Survey
Monument Box and Cover to Grade
@ 7*ce //&e_W a Dollars
and
zc,co Cents $ _;Co°O $ 7600 to
Per Each
24. Lump Sum Landscape and Irrigation
Improvements
Dollars
and
21CLO Cents $ I W �0 so
Per Lump Sum
25. Lump Sum Remove and Replace Street
Light Improvements
@SiffTLvo-1AW0 Dollars
and ,°
2ef-c Cents $ 10000 —
Per Lump Sum
26. 16 EA Replace Traffic Signal Detector
Loop
@ ruV #4 oW#td F"P Dollars
and
2,e 20 Cents $ 7.I S °= $ 34,4 0 °c
Per Each
27. Lump Sum Install Striping, Markings and
Markers
@ 4.h. ee 11►ais —Dollars N�Nd,�Cd
and
Z .e AA Cents $
Per Lump Sum
0 0
PR6of6
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
28. Lump Sum Provide As -built Drawings
@ Ar'.AC A/ak4 n,td Dollars
and
.^
'ZtAD Cents $ Soo
Per Lump Sum
TOTAL PRICE IN WRITTEN
and ZeAD Cents
5
4si -73 74061
Bidder's Telepho a and Fax Numbers
" -X7D73 - 4,0-4Z
Bidder's License No(s).
and Classification(s)
Bidder's email address: f
Total'Pri6e (Figures)
Last saved by ATran03J2712008 525 PM
tYlsers>L�Vy 07-0816 Lrff drive rehab c396OWoVmal o-39M.doc
M
A
California Business Search • • Page 1 of 1
DISCLAIMER: The information displayed here is current as of APR 18, 2008 and is updated
weekly. It is not a complete or certified record of the Corporation.
Blank fields indicate the information is not contained in the computer file.
If the status of the corporation is "Surrender ", the agent for service of process is automatically
revoked. Please refer to California Corporations Code Section 2114 for information relating to
service upon corporations that have surrendered.
http: /lkepler. ss. ca. gov/ corpdata/ ShowAllList ?QueryCorpNumber- C0570879 &pri... 04/23/2008
Corporation
ALL AMERICAN ASPHALT
Number: C0570879
Date Filed: 5/26/1969
Status: active
Jurisdiction: California
Address
PO BOX 2229
CORONA, CA 92878
Agent for Service of Process
THOMAS TOSCAS
400 E SITH ST
11CORONA, CA 92879
Blank fields indicate the information is not contained in the computer file.
If the status of the corporation is "Surrender ", the agent for service of process is automatically
revoked. Please refer to California Corporations Code Section 2114 for information relating to
service upon corporations that have surrendered.
http: /lkepler. ss. ca. gov/ corpdata/ ShowAllList ?QueryCorpNumber- C0570879 &pri... 04/23/2008
Check A License: Contract icense Detail • Page 1 of 2
4 Skip to: CSLB Home I Content I Footer I Accessiblli}y fz7f
Department of Consumer Affairs was,' : -
.Gov Contractors State Lirs'e �oard Aq
t.! Al }EEtk�i�}.1EEJ 11���t }kt�l�Ail lEt[t�( t�ttlll Illtttl Iti4. 1.44;1a1�E:�EI.I�Lks�:ELlittF:. Illllll'Illll
CSLB Newsroom
Board and Committee DISCLAIMER: A license status check provides information taken from the
Meetings CSLB license database. Before relying on this information, you should be awa
Disaster Information the following limitations.
Center
• Processing Times
• CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to pt
CSLB Library
complaint disclosure, a link for complaint disclosure will appear below. Click on the link o
Frequently Asked
to obtain complaint and/or legal action information.
Questions
• Per BMP 707117, only construction related civil judgments reported to the CSLB are dis'
Online Services
• Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitt
• Check A License or HIS
• Due to workload, there may be relevant information that has not yet been entered onto tl
Registration
Board's license database.
• Filing a Construction
Compensation Company
Complaint
Corporation
• Processing Times
License Number:
267073 Extract Date: 047230
• Check Application Status
Business
ALL AMERICAN ASPHALT
• Search for a Surety Bond
Information:
P O BOX 2229
Insurance Company
CORONA, CA 92878
• Search for a Workers'
Business Phone Number: (951) 736 -7600
Compensation Company
Entity:
Corporation
How to Participate
Issue Date:
01/19/1971
Expire Date:
01131/2010
License Status:
This license is current and active. All Information below should b
reviewed.
Classifications:
CLASS DESCRIPTION
A GENERAL ENGINEERING CONTRACTOR
C12 EARTHWORK AND PAVING
Bonding:
CONTRACTOR'S BOND
This license filed Contractor's Bond number 08727441 in the amol
$12,500 with the bonding company
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
Effective Date: 01/0112007
Contractor's Bonding History
BOND OF QUALIFYING INDIVIDUAL
1. The Responsible Managing Officer (RMO) DANIEL DAYTON
SISEMORE certified that helshe owns 10 percent or more of
voting stock/equity of the corporation. A bond of qualifying
individual is riot required.
http: / /www2. cslb.ca.gov /General- Information /interactive- tools /check -a- license /Li... 04/23/2008
Check A License: Contract License Detail • Page 2 of 2
Effective Date: 01/12/2000
BQI's Bonding History
Workers' This license has workers compensation insurance with the
Compensation: SEABRIGHT INSURANCE COMPANY
Policy Number: BB1070243
Effective Date: 08/01/2007
Expire Date: 08/01/2008
Workers' Compensation History
Personnel listed on this license (current or disassociated) are listed on other licenses.
Consumers I Contractors I Applicants I Journeymen I Public Works I Building Officials I General Info
CSLB Home I Conditions of Use I Privacy I Contact CSLB
Copyright ® 2007 Slate of California
hftp: / /www2.csib. ca. gov /G enera I -I nformation /interactive -too Is/check-a- lice nse /Li... 04/23/2008
Encompass Detail
Acct. Type: Business Tax
License #: BTOOD07128
Bus. ID: 0002322
Name: ALL AMERICAN ASPHALT
Owner
ALL AMERICAN ASPHALT
Name:
Owner
C
Type:
Exp. Date:
413012008
S Addy:
400 E 8TH ST
S Addy 2:
Addr3:
CORONA CA
Zip: 92878
B Addrl: PO BOX 2229
B Addr2:
B Addr3: CORONA. CA
B Zip: 91718 -2229
Phone: 714-736-7600
FEIN: 952595043
SEIN:0570879
Established: 50198D
SIC: 1611 - HIGHWAY 8 STREET
CONSTRUCTION
Owner #: 0002322
# of Emps: I
usr1:2428
usr2: BTOOD07128
usr3:
usr4:
usrs:
usr6:
usr7:
Wow
As j Microsoft ... .j Inbox - ... . AIT... I it CONM..... * 2 Inte..,-
0 0
1
1
2
P:
2
2
2
3
3
3
3
3
3
3
3
3
4
4
4
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
EASTBLUFF DRIVE STREET REHABILITATIONT
CONTRACT NO. 3968
INTRODUCTION
PART 1-- GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK
2 -6
WORK TO BE DONE
2 -9
SURVEYING
2 -9.3
Survey Service
2 -9.6
Survey Monuments
SECTION 3
CHANGES IN WORK
3-3
EXTRA WORK
3-3.2
Payment
3 -3.2.3
Markup
SECTION 4
CONTROL OF MATERIALS
4-1
MATERIALS AND WORKMANSHIP
4 -1.3
Inspection Requirements
4 -1.3.4
Inspection and Testing
SECTION 5
UTILITIES
5-1
LOCATION
5-2
PROTECTION
5-7
ADJUSTMENTS TO GRADE
5-8
SALVAGED MATERIALS
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
6-1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
6-7
TIME OF COMPLETION
1
1
2
P:
2
2
2
3
3
3
3
3
3
3
3
3
4
4
4
0 0
6 -7.1
General
4
6 -7.2
Working Days
4
6 -7.4
Working Hours
4
6.9
LIQUIDATED DAMAGES
5
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
5
7 -8
PROJECT SITE MAINTENANCE
5
7-8.5
Temporary Light, Power and Water
5
7 -8.6
Water Pollution Control
5
7 -8.6.1
Best Management Practices & Monitoring Program
6
7 -10
PUBLIC CONVENIENCE AND SAFETY
6
7 -10.1
Traffic and Access
6
7 -10.2
Storage of Equipment and Materials in Public Streets
6
7 -10.3
Street Closures, Detours, Barricades
7
7 -10.4
Safety
7
7- 10.4.1
Safety Orders
7
7 -10.5
"No Parking" Signs
8
7 -10.7
Notice to Residents and Temp Parking Permits
8
7 -15
CONTRACTOR LICENSES
8
7 -16
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
8
SECTION 9
MEASUREMENT AND PAYMENT
9
9-3
PAYMENT
9
9 -3.1
General
9
9 -3.2
Partial and Final Payment
13
PART 2— CONSTRUCTION MATERIALS
SECTION 201
CONCRETE,MORTOR, AND RELATED MATERIALS
13
201 -1
PORTLANT CEMENT CONCRETE
13
201 -1.1.2
Concrete Specified by Class
13
201 -2
REINFORACEMENT FOR CONCRETE
13
201 -2.2.1
Reinforcing Steel
13
SECTION 203
BITUMINOUS MATERIALS
13
203 -11
ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS
13
203 -11.3
Composition and Grading
13
SECTION 214
PAVEMENT MARKERS
13
0 0
214-4 NONREFLECTIVE PAVEMENT MARKERS 13
214-5 REFLECTIVE PAVEMENT MARKERS 13
PART 3 --- CONSTRUCTION METHODS
SECTION 300 EARTHWORK 14
300-1
CLEARING AND GRUBBING
14
300 -1.3
Removal and Disposal of Materials
14
300 -1.3.1
General
14
300 -1.3.2
Requirements
14
300 -1.5
Solid Waste Diversion
14
SECTION 302
ROADWAY SURFACING
15
302 -5
ASPHALT CONCRETE PAVEMENT
15
302 -5.1
General
15
302 -5.4
Tack Coat
15
302 -6
PORTLAND CEMENT CONCRETE PAVEMENT
15
302 -6.6
Curing
15
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
15
303-5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
15
303 -5.1
Requirements
15
303 -5.1.1
General
15
303 -5.5.2
Curb
15
303 -5.5.4
Gutter
16
SECTION 307
STREET LIGHTING AND TRAFFIC SIGNALS
16
307-4
TRAFFIC SIGNAL CONSTRUCTION
16
307 -4.9.3
Inductive Loops
16
SECTION 308
LANDSCAPE AND IRRIGATION INSTALLATTION
16
308-1
GENERAL
16
SECTION 310
PAINTING
17
310-5
PAINTING VARIOUS SURFACES
17
310 -5.6
Painting Traffic Striping, Pavement Markings, and Curb
Markings
17
0 0
310 -5.6.7 Layout, Alignment and Spotting
310 -5.6.8 Application of Paint
SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL
312 -1 PLACEMENT
PART 4-- CONSTRUCTION MATERIALS
17
17
18
18
SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED
BASE MATERIALS 19
400 -2 UNTREATED BASE MATERIALS 19
400.2.1 General 19
0
• SP 1 OF 19
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
EASTBLUFF DRIVE STREET REHABILITATION
CONTRACT NO. 3968
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- 5922 -S); (3) the Citys
Standard Special Provisions and Standard Drawings for Public Works Construction,
(2004 Edition), including Supplements; (4) Standard Specifications for Public Works
Construction (2003 Edition), including supplements. Copies of the Standard Special
Provisions and Standard Drawings may be purchased at the Public Works Department.
Copies of the Standard Specifications may be purchased from Building News, Inc.,
1612 South Clementine Street, Anaheim, CA 92802, 714 -517 -0970.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2- -SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion
of this contract consists of mobilization, traffic control, construction notifications, survey
services, cold milling, asphalt concrete overlay, reconstruction of concrete access
ramps, driveway approaches, cross gutters and sidewalks, landscape and irrigation,
signing and striping and all other incidental items of work necessary to complete the
work in place.
2 -9 SURVEYING
2 -9.3 Survey Service. Add to this section: "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 Surender Dewan and can be
contacted at (714) 740 -8840. 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 City 48-
• • SP2OF19
hours in advance of any work. In addition, the filing of a Comer Record and /or a
Record of Survey with the County Surveyor's Office is required after the completion of
Work. Prior to any demolition Work the Contractor shall prepare and submit the Comer
Records for review by the City a minimum of three (3) working days before the
anticipated Work.
Existing street centerline ties and property comer 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 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work,
inspect the project for existing survey monuments and then schedule a meeting with the
City Surveyor to walk the project to review the survey monuments. The Contractor shall
protect all survey monuments during construction operations. In the event that existing
survey monuments are removed or otherwise disturbed during the course of work, the
Contractor shall restore the affected survey monuments at his sole expense. The
Contractor's Licensed Surveyor shall file the required Record of Survey or Comer
Records with the County of Orange upon monument restoration.
SECTION 3— CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent shall
be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied
to the Subcontractor's actual cost of such work. A markup of 10 percent on the first
$5,000 of the subcontracted portion of the extra work and a markup of 5 percent on
work added in excess of $5,000 of the subcontracted portion of the extra work may
be added by the Contractor.
0
• SP3OF19
SECTION 4--- CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection, and no material or article shall be used in
the work until it has been inspected and accepted by the Engineer. The Contractor
shall fumish the Engineer full information as to the progress of the work in its various
parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's
readiness for inspection. Submittals are required for all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor.
SECTION 5— UTILITIES
5 -1 LOCATION. Add the following after the 3'0 paragraph: "upon completion of the
work or phase of work, the Contractor shall remove all USA utility markings."
5-2 PROTECTION. Add the following: "In the event that an existing pull or meter
box or cover is damaged by the Work and is not re- useable, the Contractor shall
provide and install a new pull or meter box or cover of identical type and size at no
additional cost to the City."
5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade
City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts
and survey monuments.
The Contractor will be required to contact Southern California Edison, The Gas
Company, SBC Telephone, cable television, and other utility facilities to have existing
utilities adjusted to finish grade. The Contractor shall coordinate with each utility
company for the adjustment of their facilities.
5-8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewer /storm
drain manhole (including grade rings), meter or valve box covers. The Contractor shall
salvage all removed cast iron pipes. Salvaged materials shall be delivered to the Citys
Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the
delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations Manager,
at (949) 718 -3402.
• SP4OF19
SECTION 6— PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time of completion as specked in Section 6 -7, shall commence on the
date of the 'Notice to Proceed.'
No work shall begin until a "Notice to Proceed" has been issued, a pre - construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a construction schedule to the Engineer for
approval a minimum of five working days prior to commencing any work. Schedule may
be bar chart or CPM style.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until Contractor has exerted extra effort to meet the original schedule and has
demonstrated that the ability to maintain the approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from the overall time of
completion requirement, nor shall it be construed as the basis for payment of extra work
because additional personnel and equipment were required on the job."
6-7 TIME OF COMPLETION
6-7.1 General. Add to this section: "The Contractor shall complete all work
under the Contract within 50 consecutive working days after the date on the
Notice to Proceed.
The Contractor shall ensure the availability of all material prior to the start of work.
Unavailability of material will not be sufficient reason to grant the Contractor an
extension of time for 100 percent completion of work."
6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 15t
(New Year's Day), the third Monday in January (Martin Luther King Day), the third
Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th,
the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth
Thursday and Friday in November (Thanksgiving and Friday after), December 24th,
(Christmas Eve), December 25th (Christmas), and December 31st (New Year's Eve). If
January 1st, July 4th, November 11th, December 24th, December 25th or December
31st falls on a Sunday, the following Mondl is a holiday. If January 151 July 4th,
November 11th December 24th, December 25 or December 31st falls on a Saturday,
the Friday before is a holiday."
6-7.4 Working Hours. Normal working hours are limited to 6:00 a.m. to 4:30
p.m., Monday through Friday.
• • SP 5 OF 19
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working
during any of these 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 $123.00 per hour when such time periods are
approved.
6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "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
$500.00.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $500.00 per day is the
minimum value of the costs and actual damage caused by the failure of the Contractor
to complete the Work within the allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations."
SECTION 7— RESPONSIBILITIES OF THE CONTRACTOR
7 -8 PROJECT SITE MAINTENANCE
7 -8.5 Temporary Light, Power and Water. Add to this section: "if the Contractor
elects to use City water, he shall arrange for a meter and tender an $813 meter deposit
with the City. Upon return of the meter to the City, the deposit will be returned to the
Contractor, less a quantity charge for water usage and repair charges for damage to the
meter."
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, irrigation during maintenance
period for landscaping, etc."
7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including
all water used during sawcutting operations, containing mud, silt or other deleterious
material due to the construction of this project shall be treated by filtration or retention in
settling basin(s) sufficient to prevent such material from migrating into any catch basin,
0 • SP6OF19
Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the
Construction Runoff Guidance Manual which is available for review at the Public Works
Department or can be found on the City's website at htto://www.citv.newoort -
beach.ca.us/pubworks/links.htm."
7 -8.6.1 Best Management Practices and Monitoring Program. The
Contractor shall submit a Best Management Practice (BMP) plan for containing any
wastewater or storm water runoff from the project site including, but not limited to the
following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw - cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City of Newport
Beach will monitor the adjacent storm drains and streets for compliance. Failure of the
Contractor to follow BMP will result in immediate cleanup by City and back - charging the
Contractor for all costs plus 15 percent. The Contractor may also receive a separate
Administrative Citation per Section 14.36.030A23 of the City's Municipal Code.
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide
traffic control and access in accordance with Section 7 -10 of the Standard
Specifications and the Work Area Traffic Control Handbook (WATCH), also published
by Building News, Inc.
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work
must be maintained at all times. The Contractor shall cooperate with the Engineer to
provide advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction. The Contractor shall furnish
and install signage, barricades, delineators, yellow safety ribbon, 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. Such measures shall
be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)."
7 -10.2 Storage of Equipment and Materials In Public Streets. Delete the first
paragraph and add the following: "Construction materials and equipment may only be
stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the
0
• SP7OF19
Contractor's responsibility to obtain an area for the storage of equipment and
materials. The Contractor shall obtain the Engineers 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 -10.3 Street Closures, Detours and Barricades. Add to this section: "The
Contractor shall submit to the Engineer - at least five working days prior to the pre -
construction meeting - a traffic control plan and detour plans(s) for each street and
parking lot. The Contractor shall be responsible for processing and obtaining approval
of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to
the conditions of the traffic control plan. 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 detour
plans shall meet the following requirements:
1. Emergency vehicle access shall be maintained at all times.
The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a
minimum of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and /or lighted.
4. The Contractor shall accommodate the City's trash collection. If the
Contractor elects to work on a street during its trash collection day, it shall be
the Contractors responsibility to make alternative trash collection
arrangements by contacting the City's Refuse Superintendent, at (949) 718-
3468 and all affected property owners."
7 -10.4 Safety
7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely
and completely responsible for conditions of the job -site, including safety of all persons
and property during performance of the work, and the Contractor shall fully comply with
all State, Federal and other laws, rules, regulations, and orders relating to the safety of
the public and workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractors performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
• • SP8OF19
7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place
"NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs)
which he shall post at least forty-eight hours in advance of the need for enforcement.
The signs will be provided at no cost to the Contractor. However, the City reserves the
right to charge $1.50 per sign following any excessive abuse or wastage of the signs by
the Contractor. In addition, 4 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. The signs shall (1) be made of white card
stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be
City of Newport Beach "Temporary Tow -Away, No Parking" signs 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 letters and numbers. A sample of the
completed sign shall be reviewed and approved by the Engineer prior to posting.
7 -10.7 Notices to Residents and Businesses. Ten working days prior to
starting work, the Contractor shall deliver a construction notice to residents and
businesses within 500 feet of the project, describing the project and indicating the limits
of construction. The City will provide the notice,
Forty -eight hours prior to the start of construction, the Contractor shall distribute to the
residents and businesses within 500 feet a second written notice prepared by the City
clearly indicating specific dates in the space provided on the notice when construction
operations will start for each block or street, what disruptions may occur, and
approximately when construction will be complete. 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.
7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a General "A" License. At the start of work and until
completion of work, the Contractor and all Sub - contractors shall possess a Business
License issued by the City of Newport Beach.
7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of
approved plans and specifications shall be on the job site at all times. In addition, 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 bill is submitted.
• • SP 9 OF 19
The "As- Built' plans shall be submitted and approved by the Engineer prior to final
payment or release of any bonds.
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.
SECTION 9--- MEASUREMENT AND PAYMENT
9 -3 PAYMENT
9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid
for each item of work shown on the proposal shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work, including
restoring all existing improvements, to complete the item of work in place and no other
compensation will be allowed thereafter. Payment for incidental items of work not
separately listed shall be included in the prices shown for the other related items of
work. The following items of work pertain to the bid items included within the Proposal:
Item No. 1 Mobilization: Work under this item shall include providing bonds,
insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan
and construction schedule, and all other related work as required by the Contract
Documents.
Item No. 2 Traffic Control: Work under this item shall include delivering all required
notifications and temporary parking permits, post signs and all costs incurred notifying
residents. In addition, this item includes preparing traffic control plans prepared and
signed by a California licensed traffic engineer, and providing the traffic control required
by the project including, but not limited to, signs, cones, barricades, flashing arrow sign,
temporary striping, and flagpersons. Two changeable message boards (CMB) shall be
included for the duration of the project as part of this bid item. This item includes
furnishing all labor, tools, equipment and materials necessary to comply with the
W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements.
Item No. 3 Surveying Services: Work under this item shall include the cost of
surveying, construction staking, preliminary grades, final grades, centerline ties, all
horizontal alignment, survey monument adjustment, as -built field notes, filing of comer
records, reestablishment of property comers disturbed by the work, protection and
restoration of existing monuments and other survey items as required to complete the
work in place.
• • SP 10 OF 19
Item No. 4 Cold Mill AC Pavement: Work under this item shall include cold milling
the AC pavement to a depth below existing finished grade as shown on the drawings,
disposing of milled material, and all other work items as required to complete the work
in place.
Item No. 5 ARHM Surface Course: Work under this item shall include all labor,
tools, equipment, and material costs for pavement clearing, tack coat, ARHM surface
course placement, compaction and all other work items as required to complete the
work in place.
Item No. 6 AC Surface Course: Work under this item shall include all labor, tools,
equipment, and material costs for pavement clearing, tack coat, asphalt concrete
surface course placement, compaction and all other work items as required to complete
the work in place.
Item No. 7 AC Leveling Course: Work under this item shall include all labor, tools,
equipment, and material costs for pavement clearing, tack coat, asphalt concrete
leveling course placement, compaction and all other work items as required to complete
the work in place.
Item No. 8 Remove AC Pavement and Place 4" Full Depth AC (Dig -out): Work
under this item shall include all labor, tools, equipment, and material costs for saw
cutting, removing and disposing of the existing pavement, base material and subbase,
grading, subgrade compaction, tack coat, placement of 4" full depth AC pavement and
all other work as required to complete the work in place. Locations of dig -outs are
shown on the plans or as directed by the City Inspector during construction.
Item No. 9 Remove and Reconstruct Type A Curb and Gutter: Work under this
item shall include all labor, tools, equipment, and material costs for saw cutting,
removing and disposing of the existing conflicting improvements, compacting subgrade,
root pruning and installing root barrier panels when curb and gutter is adjacent to trees
or as directed by the inspector, constructing Type A curb and gutter, re- chiseling of curb
face for existing underground utilities, restoring all existing improvements damaged by
the work, and all other work items as required to complete the work in place.
Item No. 10 Remove and Reconstruct Type B Curb: Work under this item shall
include all labor, tools, equipment, and material costs for sawcutting, removing and
disposing of the existing conflicting improvements, compacting subgrade, root pruning
and installing root barrier panels when curb is adjacent to trees or as directed by the
inspector, placement of crushed miscellaneous base, constructing Type B curb, re-
chiseling of curb face for existing underground utilities, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 11 Remove and Reconstruct Cross Gutter. Work under this item shall
include all labor, tools, equipment, and material costs for saw cutting, removal and
• • SP 11 OF 19
disposal of existing conflicting improvements, compacting subgrade, construction of
cross gutter and all other work items as required to complete the work in place.
Item No. 12 Remove and Reconstruct Driveway Approach: Work under this item
shall include all labor, tools, equipment, and material costs for saw cutting, removal and
disposal of existing conflicting improvements, compacting subgrade, construction of
driveway approach and all other work items as required to complete the work in place.
Item No. 13 Remove and Reconstruct Alley Approach: Work under this item shall
include all labor, tools, equipment, and material costs for saw cutting, removal and
disposal of existing conflicting improvements, compacting subgrade, construction of
alley approach and all other work items as required to complete the work in place.
Item No. 14 Remove and Reconstruct Sidewalk: Work under this item shall
include all labor, tools, equipment, and material costs for saw cutting, removal and
disposal of existing conflicting improvements, compacting subgrade, construction of
driveway approach and all other work items as required to complete the work in place.
Item No. 15 Remove and Reconstruct Curb Access Ramp: Work under this item
shall include all labor, tools, equipment, and material costs for saw cutting, removal and
disposal of existing conflicting improvements, compacting subgrade, construction of
curb access ramp and all other work items as required to complete the work in place.
Raised truncated domes shall be dark grey colored and shall be "Terra Paving° as
manufactured by Wausau Tile, Inc (715) 359 -3121 of Wisconsin or equal.
Item No. 16 Remove and Reconstruct Bike Ramp: Work under this item shall
include all labor, tools, equipment, and material costs for saw cutting, removal and
disposal of existing conflicting improvements, compacting subgrade, construction of
bike ramp and all other work items as required to complete the work in place.
Item No. 17 Remove Mow Strip: Work under this item shall include all labor, tools,
equipment, and material costs for saw cutting, removal and disposal of existing mow
strips and any other conflicting improvements to facilitate the construction of mow new
strips, and all other work items as required to complete the work in place.
Item No. 18 Construct Mow Strip: Work under this item shall include all labor,
tools, equipment, and material costs for compacting subgrade, root pruning and
installing root barrier panels when mow strip is adjacent to trees or as directed by the
inspector, constructing concrete mow strips with reinforced steel bars, restoring all
existing improvements damaged by the work, and all other work items as required to
complete the work in place.
Item No. 19 Adjust Manhole Frame and Cover to Grade (OCWD): Work under this
Rem shall include all labor, tools, equipment, and material costs for adjusting OCWD
manhole frame and cover to grade and all other work items as required to complete the
work in place.
• • SP 12 OF 19
Item No. 20 Adjust Manhole Frame and Cover to Grade (City): Work under this
item shall include all labor, tools, equipment, and material costs for adjusting City
manhole frame and cover to grade and all other work items as required to complete the
work in place.
Item No. 21 Remove and Replace With New Valve Box and Cover to Grade
(OCWD): Work under this item shall include all labor, tools, equipment, and material
costs for removing and replacing with new OCWD valve box and cover to grade and all
other work items as required to complete the work in place.
Item No. 22 Remove and Replace With New Valve Box and Cover to Grade (City):
Work under this item shall include all labor, tools, equipment, and material costs for
removing and replacing with new City valve box and cover to grade and all other work
items as required to complete the work in place.
Item No. 23 Remove and Replace With New Survey Monument Box and Cover to
Grade: Work under this item shall include all labor, tools, equipment, and material
costs for removing and replacing with new survey monument box and cover to grade
and all other work items as required to complete the work in place.
Item No. 24 Remove and Replace Street Light Improvements: Work under this
item shall include all labor, tools, equipment, and material costs for removing and
replacing street light improvements at the intersection of Alba Street and Eastbluff Drive
shown on sheet 3 of 14 of the construction plans. Work shall include, but is not limited
to, removing and replacing two pull boxes, installing 1 -114" PVC conduit from pull box to
pull box, pulling 2 insulated conductors and 1 bare copper ground wires from pull box to
existing street light, making all electrical connections, and all other work items as
required to complete the work in place.
Item No. 25 Landscape and Irrigation Improvements: Work under this item shall
include all labor, tools, equipment, and material costs for clearing and grubbing, topsoil,
replacement of existing landscaping in kind, adjustment and /or replacement of irrigation
sprinkler heads and fittings, protection of adjacent landscape and irrigation
improvements, and all other work items as required to complete the work in place.
Item No. 26 Replace Traffic Signal Detector Loop: Work under this item shall
include all labor, tools, equipment, and material costs to replace traffic signal detector
loops, make electrical connections and wirings to existing pull boxes, test and calibrate
the new signal loop detectors and all other work items as required to complete the work
in place.
Item No. 27 Install Striping, Markings and Markers: Work under this item shall
include removing and installing traffic striping, markings and markers per the striping
plan, and all other work items as required to complete the work in place.
• • SP 13 OF 19
Item No. 28 Provide As -built Drawings: Work under this item shall include all
actions necessary to provide as -built drawings. These drawings must be kept up to
date and submitted to the City Inspector for review prior to payment request.
9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for
mobilization and traffic control shall be made in accordance with Section 10264 of the
California Public Contract Code."
PART 2
CONSTRUCTION MATERIALS
SECTION 201 — CONCRETE. MORTAR, AND RELATED MATERIALS
201 -1 PORTLAND CEMENT CONCRETE
201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement
concrete for construction shall be Class 560 -C- 3250."
201 -2 REINFORCEMENT FOR CONCRETE
201 -2.2.1 Reinforcing Steel. Add to this section: "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 -11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS
201 -11.3 Composition and Grading. Add to this section: "The asphalt rubber hot
mix shall be ARHM- GG -C."
SECTION 214 — PAVEMENT MARKERS
214-4 NONREFLECTIVE PAVEMENT MARKERS. Add to this Section: "All new
non - reflective pavement markers types A and AY shall be ceramic."
214-5 REFLECTIVE PAVEMENT MARKERS. Add to this Section: "AII new reflective
pavement markers shall have glass- covered reflective faces or be 3M Series 290."
PART 3
CONSTRUCTION METHODS
SECTION 300 — EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
• SP 14 OF 19
Add to this Section: "Removal and disposal of material shall be done by City
approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of
approved haulers can be provided upon request or be found on the City's website at:
http: / /www. city. newport- beach.ca.us /GSV /Frachised Haulers.htm."
300 -1.3.1 General. Add to this section: "The work shall be done in accordance
with Section 300 -1.3.2 of the Standard Specifications except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts.
Final removal between the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted
on the job. The Engineer must approve final removal accomplished by other means.
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
will remove any broken concrete, debris or other deleterious material from the job site at
the end of each workday. All areas of roadway removal and replacement shall have a
minimum trench width of 3 -feet to facilitate maximum compaction.
300 -1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." Replace the words "1 2 inch" of the last sentence
with the words "two (2) inches ".
300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes
generated from the job site shall be disposed of at a facility that crushes such materials
for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a
sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer on a form provided by the Engineer and provide
appropriate confirmation documentation from the recycling facility.
0
• SP 15 OF 19
SECTION 302 — ROADWAY SURFACING
302 -5 ASPHALT CONCRETE PAVEMENT
302 -5.1 General. Add to this section: "The asphalt concrete (A.C.) used for surface
caps shall be III -C3 -AR -4000 or ARHM -GG -C. Refer to plans for limits of surface caps.
The A.C. for base course shall be III -132 -AR -4000. All cracks Y, -inch or greater in width
shall be cleaned, have weed kill applied and sealed with a hot - applied crack sealant
approved by the Engineer. In residential areas, no highway rated equipment or trucks
are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier
rated trucks must be approved by Engineer. Holes, spalls, and cracks greater than f-
inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt
concrete mix. The pavement shall then be cleaned with a power broom."
302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete
patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one –
tenth (11 /10) of a gallon per square yard shall be uniformly applied to existing A.C. and
P.C.C. surfaces and edges against which asphalt concrete is to be placed."
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
302 -6.6 Curing. Add to this section: "The Contractor shall not open street
improvements to vehicular use until P.C.C. has attained the minimum compressive
strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength
may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by
the use of additional Portland cement or admixtures with prior approval of the
Engineer."
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. Add to this section: "Sidewalk and curb access ramps shall
be opened to pedestrian access on the day following concrete placement. In addition,
all forms shall be removed, irrigation systems shall be repaired, and backfill or
patchback shall be placed within 72 hours following concrete placement. Newly poured
P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until
the concrete has cured to a minimum strength of 3,000 psi."
303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb
markings that indicate sewer lateral or water valve location on the face of the curb. The
Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and
a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the
• • SP 16 OF 19
curb face to the valve. To determine the location of sewer laterals and water services,
the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718-
3402."
303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line
tolerances to within 0.01 feet of those elevations shown on the plan."
SECTION 307 — STREET LIGHTING AND TRAFFIC SIGNALS
307 -4 TRAFFIC SIGNAL CONSTRUCTION
3074.9.3 Inductive Loops. Amend this Section to include: "Traffic signal loop
detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -5B and shall be
Type A or Type E. The new loop detectors shall be installed within the AC pavement
final course.
All installed loop detectors shall be completely functional to the satisfaction of the
Engineer within five consecutive working days of AC pavement final course placement.
All installed loop detectors shall be completely functional to the satisfaction of the
Engineer within five consecutive working days of AC pavement final course placement.
SECTION 300- -- LANDSCAPE AND IRRIGATION INSTALLATION
308-1 General. Add to this section: "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 of removed unless this submittal is
returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall
arrange to meet with the City's Urban Forester, Mr. John Conway ((949) 644 -3083) at
the site to discuss City standards and requirements.
The submittal shall adhere to the following guidelines.
1. Root Pruning
a. Whenever possible, root pruning shall only be done on one side of the tree
unless specifically authorized by the City's Urban Forester.
b. Roots shall be cleanly severed using a root- pruning machine, ax or comparable
tool.
2. Arbitrary Root Cut
• • SP 17 OF 19
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 Prunino
a. This process involves selectively removing offending roots when a tree trunk or
root flare is less than 2 feet from the sidewalk and /or the size, species or
condition of the tree warrants a root cut to be hazardous to the tree or when
there is only one minor offending root to be removed and /or the damage is
minimal (i.e., only one panel uplifted, etc.).
b. Selective root pruning shall be performed with an ax or stump - grinding machine
instead of a root- pruning machine.
c. All tree roots that are within the sidewalk construction area shall be removed
or shaved down.
d. Roots greater than two inches in diameter that must be removed, must be
pre - approved by the City's Urban Forester.
e. Roots shall be selected for removal on the basis that will have the least impact
on the health and stability for the tree.
SECTION 310 — PAINTING
310 -5 PAINTING VARIOUS SURFACES
310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to
read: "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 the proper striping over a weekend or
holiday. Stop bars shall not remain unpainted ovemight."
310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic
striping and markings shall be applied in one coal, as soon as possible and within 24
hours after the finish course has been applied.
• • SP 18 OF 19
Paint for temporary traffic striping and pavement markings shall be white Formula No.
2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured
by Morton. These temporary paints shall be applied at 15 mils wet.
The final striping for all painted areas shall be sprayable reflectorized thermoplastic.
The sprayable reflectorized thermoplastic pavement striping shall not be applied until
the paving has been in place for at least 15 days. The thermoplastic shall be applied at
0.45 mm minimum thickness for all striping except crosswalks and limit lines – which
shall be 0.90 mm minimum thickness.
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.
The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer,
temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is
more than one lane in any one direction, for more than three consecutive calendar
days. Dependent upon construction phasing, the Engineer may require the Contractor
to apply two applications of paint to maintain adequate delineation on base pavement
surfaces, at no additional cost to the City."
SECTION 312 — PAVEMENT MARKER PLACEMENT AND REMOVAL
312 -1 PLACEMENT. Amend this section with:
1. The location of raised pavement fire hydrant marker shall conform to the City of
Newport Beach Standard Plan No. STD - 902 -L.
2. The Contractor shall not replace raised pavement markers until fifteen days
after the application of the pavement or slurry seal."
• • SP 19 OF 19
PART 4
SECTION 400— ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
400 -2 UNTREATED BASE MATERIALS
400 -2.1 General
Requirements. Add to this section: "The Contractor shall use crushed
miscellaneous base as the base materials."
FAUsersWBVMhared\Conbads \FY 07-08\EastblWf Drive Rehab C- 39MSPECS CJ968.doc
Last saved by SrooksO327/ M 5:29 PM
C,- 3tibt)
6003- 2002)
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 9
May 13, 2008
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FRC Public Works Department
Andy Tran
949 - 6443315 or atran @ciity.newport- beach.ca.us
.OBJECT: Eastbluff Drive Street Rehabilitation - Award of Contract No. 3968
RECOMMENDATIONS:
Approve the project plans and specifications.
2. Award Contract No. 3968 to All American Asphalt for the Total Bid Price of
$1,069,069, and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $100,000 to cover the cost of unforeseen work.
DISCUSSION:
At 10:00 a.m. on April 23, 2008, the City Clerk opened and read the following bids for
this project:
I I f e S Ll S :3 L 17c1 uk Le 11 M i
$1,069,069.00
$1,167,469.60
$1,181,195.00
$1,208,100.00
$1,208,606.00
$1,230,700.00
$1,257,181.00
" Corrected Bid Amount is $1,244,050
Corrected Bid Amount is $1,256,515
The low total bid amount is 15 percent below the Engineer's Estimate of $1,251,500. The
low bidder, All American Asphalt, possesses a Calrfomia State Contractors License
Classification "A" as required by the project specifications. A check of the Contractors
references indicates they have satisfactorily completed similar projects.
Pursuant to the Contract Specifications, the Contractor will have 50 consecutive working
days to complete the work.
VMAVVN $Fi I C_ 39Ef1 yr '
BIDDER
Low
All American Asphalt
2
Ruiz Engineering Co.
3
Elite Bobcat Services, Inc.
4
Sequel Contractors, Inc.
5
Palp, Inc.
6
Beador Construction Co.
7
R.J. Noble Co.
I I f e S Ll S :3 L 17c1 uk Le 11 M i
$1,069,069.00
$1,167,469.60
$1,181,195.00
$1,208,100.00
$1,208,606.00
$1,230,700.00
$1,257,181.00
" Corrected Bid Amount is $1,244,050
Corrected Bid Amount is $1,256,515
The low total bid amount is 15 percent below the Engineer's Estimate of $1,251,500. The
low bidder, All American Asphalt, possesses a Calrfomia State Contractors License
Classification "A" as required by the project specifications. A check of the Contractors
references indicates they have satisfactorily completed similar projects.
Pursuant to the Contract Specifications, the Contractor will have 50 consecutive working
days to complete the work.
VMAVVN $Fi I C_ 39Ef1 yr '
• EasibluH Drive Street Atom - Award of contract No. 3968
May 13, 2008
Page: 2
Environmental Review:
The project is exempt from the California Environmental Quality Act (CEQA) pursuant to
Section 15301 of the CEQA Implementing Guidelines. This exemption covers the repair,
maintenance and minor alteration of existing public facilities with negligible expansion.
Public Notice:
The Notice Inviting Bids was advertised in the City's official publication and in
construction industry publications. Prior to starting work, two City prepared notices will
be distributed by the contractor to both residents and businesses. The first notice will
be distributed ten days before work in the area and the second notice 48 hours prior to
starting work in the area.
Geotechnical and Material Testing Services:
In addition to the contract costs, approximately $15,420 in geotechnical and material
testing services is projected to be needed for this project and will be performed under
the on -call professional services agreement with Harrington Geotechnical Engineering.
Funding Availability:
There are sufficient funds available in the following accounts for the project:
Account Description
Gas Tax
Measure M Tumback
Proposed uses are as follows:
Vendor
All American Asphalt
All American Asphalt
Harrington Geotechnical
Prepared by:
Andy Traff
Senior Civil Engineer
Attachments: Project Location Map
Account Number Amount
7181- 02002009 $ $1,110,000
7281- C5100019 $ $74,489
Total: $ 1,184,489
Purpose Amount
Construction Contract $ $1,069,069
Construction Contingency $ $100,000
Materials Testing $ $15,420
Total: $ $1,184,489
Submitted by:
Works Director
2
q
lk
PROJECT
LIMITS
7
EASTBLUFF DRIVE
REHABILITATION
m
t 0 .,
F
c-
�I-
v
Ir
ILI
p-P
X
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
sH I C-3968