HomeMy WebLinkAboutC-8792-1 - Street Pavement Repair ProjectCITY OFNEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 Fnx
newportbeachca.gov
August 23, 2023
Palp, Inc. dba Excel Paving Company
Attn: Dallas Daniels
2230 Lemon Ave.
Long Beach, CA 90806
Subject: Street Pavement Repair Program — C-8792-1
Dear Mr. Daniels:
On August 23, 2022, the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to release
the Labor & Materials Bond 65 days after the Notice of Completion had been recorded
in accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
August 24, 2022, Reference No. 2022000286855. The Surety for the contract is Federal
Insurance Company and the bond number is K40145187. Enclosed is the Faithful
Performance Bond.
Sincerely,
r
A* 4.
Leilani I. Brown, MC
City Clerk
Enclosure
� v
r0:110r
The premium charges on this Bond is $ 2Z4, QQ.............. being at the
rate of $ yBrig,thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to PALP,
INC. doing business as ("DBA"j EXCEL PAVING COMPANY hereinafter designated as
the "Principal," a contract for: The work necessary for the completion of this contract
consists of the following: Distribute construction notices to affected businesses and
residents; Provide surveying services; Provide traffic control plans for all work locations;
Establish traffic control for construction; Implement BMP plan; Coldmill existing asphalt
concrete pavement, compact subgrade and reconstruct, asphalt concrete roads; Remove
and dispose of existing concrete pavement, base, and subgrade; Reconstruct curb and
gutter; Construct concrete V-gutter; Lower and adjust manholes, and remove and install
new water valve boxes and survey monuments; Install temporary painted traffic striping,
thermoplastic traffic striping, traffic signs, pavement markings and raised pavement
markers; Coordinate with outside utility owners to have their facilities repaired and raised,
to grade; Other incidental Items as required by Plans and Specifications; Provide As -built
drawings, in the City of Newport Beach, in strict conformity with the Contract on file with
the office of the City Clerk of the City of Newport Beach, which is incorporated herein by
this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and Federal Insurance CompanX„ ....
_,,., , ,.__�.._ ..................�, ,.n _ duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Four
Hundred Twenty Nine'rhousand Seven Hundred Forty Eight Dollars ($429,748.00) lawful
money of the United States of America, said sum being equal to 100% of the estimated
amount of the Contract, to be paid to the City of Newport Beach, its successors, and
assigns; for which payment well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by
these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements In the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Surety, forvalue received, stipulates and agrees that no change, extension of time,
alterations or additions to the terns of the Contract or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and It does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of fonnal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, It is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
...,........
Palp, Inc. dba xcel Pawing Company Page B-2
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the 24th day of _FQbL0Xy,.....- ....... ......_.,20 22.
PALP Inc. dba Excel Paving Company
Name of Contractor (Principal)
Federal„ Insurance,Com�any�____„
Name of Surety
202B Halls Mill Road
Whitehouse Station. NJ 08889 µ
Address of Surety
908-903-3485
Telephone
RN♦ , ffR 1'
O.
Timo�th2D; Rapp Ate torney in fact
Print Name and Title
NOTARYACKNOWLEDGMENT,S OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Paip, Inc. dba Excel Paving Company Page B-3
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Orange )
On February 24, 2022 before me, Debra Swanson, Notary Public
(insert name and title of the officer)
personally appeared Timothy D. Rapp
who proved to me on the basis of satisfactory evidence to be the person(&) whose names) is/are
subscribed to the within instrument and acknowledged to me that heleheAl4ey executed the same in
his/`eh4h& authorized capacity(ies), and that by hiss;; 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 foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature iR �N� NN t ,YC��1aC�G11 1..
,c°OP DEBRASWANSON
04 °' COMM. # 2335630 ;0
NOTARY PUBLIGCAUFORNIAA
W' ORANGE COUNTY N
(Seal) MY COMM, E%P, NOV 10, 202/
CH U S S'
Power of Attorney
Federal Insurance Company 1 Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY
COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations ofthe Commonwealth of Pennsylvania,
do each hereby constitute and appoint Douglas A. Rapp a nd Timothy D, Rapp of Ladera Ranch, Cal lifornla-----------------------------------------------------------------
each as Nnelr true and lawful Attorneyfil-Pact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalfas surety thereon
or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than ball bonds) given or executed in the course ethicalness, and any instruments
amending or altering the same, and consents to the modification or alteratien of any man Elect reformed to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this Soh day of April, 2021.
2'tvVVl,
Dawn M,Ylhkaor . Aysifltanl Secretary Sreplmi M. HnOCy, YlcePm-�Jdent
STATE OF NEW JERSEY
County of Hunterdon Ss.
On this Sah day of April, 2021 before me, a Notary Public of New Jersey, personally came Dawn M. Cliloros and Stephen M. Haney, tome known to be Assistant Secretary and Vice
President, respectively, of FEDBRAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, W ESTCHESTER PI RE INSURANCE COMPANY and ACE
AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloral, and Stephen M. Haney, being by me duly sworn,
severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT
INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals
thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such
officers were duly affixed and subscribed by like authority.
Notarlal Seal A ✓
N`ILAAFt
TAa ItAT PUCILIE OFNEVJ9
Iti NOTARYPU. to e$ JERS@Y
Aollako No.2Jt8n9m NutatyPu611c
Cemmigabn Expires J41y tn, 2024
8
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009:
"RESOLVED, that the following earn., Isations relate to the execution, far and on behalf of the Company, of bonds, undertakings, moognfeencee, contracts and other written commitments of the Company
entered Into in the ordinary course or epenass (each a "Written Commitment"):
(1) Each of the Cholooman me President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of tin Company, under the are
of the Campanyor otherwise.
(2) Eachdulyappolntedattorney-In-Fact of the Company is h rebyouthorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise,
to the extent that such action Is unmounted by the grant of powers provided for In such person's written appoinnment as such attmney-in-fact
(3) Each or the Chairman, the President and the Vice Presidents of the Company ishat thy authmized, for and oa behalf of the Company, to .,punt In wfidng any person the mia may -In -
rant of the Company with hill power and authority to exemte, for cad on behalf Of the Company, under the seal of the Company at otherwise, such Written Commitments of the Company
as may be specified In area written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular written
Commitments.
(4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate In wrong to any other omcor of the
Company the authority to execute, foraud no behalf of the Company, coder the Company's said or otherwise, such Written Commitments of the Company as are specifled In such written
delegation, which specification may be by general type or class of Written Commitments or by speciftmlon of one or more particular Wrinen Commdnal
(S) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by
facsimile on such Written Commitment or written appointment m delegation.
FURTHER RESOLVED, that the foregoing Resolution all not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the
Company, and such Mosel onto. shall Out their or otherwise affect the exercise crony such power or authority otlterwlse wildly granted or vested."
L Dawn M, Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that
(1) the foregoing Resolutions adopted by die Board of Directors of the Companies are true, correct and In fall force and effect,
(it) the foregoing Power of Attorney is true, correct and In full force and effect.
Given under my hand and seals ofsaid Companies at Whitehouse Station, NJ, this February 24, 2022
�� wxS
snau1, 3 (0 QD
�CJCeau�..Y�. N�iatvtt�
Dawn M,Chloinn Socrewda
IN I HE EVENT YOU WISH TO VERIFY OR AUTHENTICITY OF TI [IS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT:
Telephone(908) 903-3493 Pax(909)903.3656 1-hell: surely@chubh.com
Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19)
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to
which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Los Angeles
On rcb ;2�gzLbefore me, Myisha Monique Riven, Notary Public Notary Public,
(Here insert name and title of the officer)
personally appeared Curtis P. Brown III
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/a`yrr subscribed to
the within instrument and acknowledged to me that he/sye/t* executed the same in hislfV441i;ilir authorized
capacity(ies), and that by his/f*/tl)ksignature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
UAL A&AAa DWq \.e llJz to
Signature of NoWy Public
MYISHA MONIQUE RIVEN
a COMM.#2377053
LL amy
Notary Publl"alifornia
LOS ANGELES COUNTY
(Notary Seal) Comm. Expires Sep 30, 2026
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed In California must contain verbiage exactly as
appears above in the notary section or a separate acknowledgment form must be
property completed and attached to that document. The only exception is ff a
document is to be recorded outside of Calf fornia. In such instances, any alternative
acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illegal.for a notmy in
Califm•nia (i.e. certifying the authorized capacity of the signer). Please check the
document carefully for proper Pictorial wording and attach this form if required.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the names) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/she/lhep,- is /are ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, reseal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
•? Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
•t• Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document
C 2004-2015 PmU nk Signing Service. Inc. -All Rights Reserved..ThePmLlnk.wm - Nationwide NMary Service
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 FAx
newportbeachca.gov
November 1, 2022
Palp, Inc. dba Excel Paving Company
Attn: Dallas Daniels
2230 Lemon Ave.
Long Beach, CA 90806
Subject: Street Pavement Repair Program - C-8792-1
Dear Mr. Daniels:
On August 23, 2022, the City Council of Newport Beach accepted the work for the subject
project and authorized the City Clerk to file a Notice of Completion, to release the Labor
& Materials Bond 65 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
August 24, 2022, Reference No. 2022000286855. The Surety for the bond is Federal
Insurance Company and the bond number is K40145187. Enclosed is the Labor &
Materials Payment Bond.
Sincerely, �X
Leilani I. ro�MMC
City Clerk
Enclosure
• a-
:0 1 ;R r
WHEREAS, the City of Newport Beach, State of California, has awarded to PALP,
INC. doing business as ("DBA") EXCEL PAVING COMPANY hereinafter designated as
the "Principal," a contract for: The work necessary for the completion of this contract
consists of the following: Distribute construction notices to affected businesses and
residents; Provide surveying services; Provide traffic control plans for all work locations;
Establish traffic control for construction; Implement BMP plan; Coldmill existing asphalt
concrete pavement, compact subgrade and reconstruct, asphalt concrete roads; Remove
and dispose of existing concrete pavement, base, and subgrade; Reconstruct curb and
gutter; Construct concrete V-gutter; tower and adjust manholes, and remove and install
new water valve boxes and survey monuments; Install temporary painted traffic striping,
thermoplastic traffic striping, traffic signs, pavement markings and raised pavement
markers; Coordinate with outside utility owners to have their facilities repaired and raised,
to grade; Other incidental items as required by Plans and Specifications; Provide As -built
drawings, in the City of Newport Beach, in strict conformity with the Contract on file with
the office of the City Clerk of the City of Newport Beach, which is incorporated herein by
this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Federal lnsurance..Company__,.,,,,,_,,,,,,,,,,,,,,,,,,,,,_„�. _„_ duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Four
Hundred Twenty Nine Thousand Seven Hundred Forty Eight Dollars ($429,748.00) lawful
money of the United States of America, said sum being equal to 100% of the estimated
amount payable by the City of Newport Beach under the terms of the Contract; for which
payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
Palp, Inc. dba Excel Paving Company mm Page A-1
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 of seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the tervns of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
Palp, Inc. dba Excel Paving Company Page A-2
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the _„24tb___ day of __Fel LWsjry_ _ _, 20 22.
PALP Inc. dba Excel _Paving„company
Name of Contractor (.Principal)
Federal Insurance Company
Name of Surety _
202E Halls Mill Road
Whitehouse Station NJ 08889
Address of Surety
908-903-3485
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 4 1 9z- .... �.._._...
By: 4&'!) _.,_...._.........-._,....-.W......
on C. Harp
City Attorney o3�na/
Timothy D. -RgpR.6qorney in Fact
Print Name and Title
NOTARY ACKNOMEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Palp, Inc, dba Excel Paving Company Page A-3
r CKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Orange )
On February 24, 2022 before me, Debra Swanson, Notary Public
(insert name and title of the officer)
personally appeared Timothy D. Rapp
who proved to me on the basis of satisfactory evidence to be the person(&) whose name( is/are
subscribed to the within instrument and acknowledged to me that he%heAhey executed the same in
his/`eo*@ & authorized capacity(iee), and that by hisAhem4heir signature* on the instrument the
person('), or the entity upon behalf of which the person(&) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
DEBRA SWANSON
COMM. # 2335630 ;Q
NOTARY PUBLIC•CAUFORNIA y
ORANOECOUNTY
(Seal) �" 0F"�
MYCOMM. EXP. NOV 10,202/N
[K =211011#1.s�
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY
COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania,
do each hereby constitute and appoint Douglas A. Rapp and Timothy D. Rapp of Ladera Ranch, Ca Iiforma---------------------------------------------
each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon
or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any Instruments
amending or altering the same, and consents to the modification or alteration of any Instrument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this sta day of April, 2 02 1.
Ikrval ,VLChlorcr.:Y.oi.I:nn 5trraary
STATE OF NEW IERSEY
County of H unterdon S5.
Smphen 1L I Janet, Vie IINN dent
1000T, - I
On this San day of April, 2021 before me, a Notary Public of New lei sey, personally came Dawn M. Chloros and Stephen M. Haney, tome known to be Assistant Secretary and Vice
President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE
AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn,
severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT
INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals
thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority ofsaid Companies; and that their signatures as such
officers were duly affixed and subscribed by like authority.
Notarial Seal 40
ROTARY i- KATHERINE J. ADELAAR
NOTARY PUBLIC OF NEW JERSEY
PuBuc V No. 2315585
Dortlrnla den EZINrea July 18, 2024 saxaly Wbll,
EA9E v
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AM ERICAN INSURANCE COMPANY on March 20, 2009:
"RESOLVED, that the fallowing apthorizations relate to the execution, for and an behalf of the Company, of bonds, undertakings, recognizanas, mnlrah' and other written commitments of the Company
entered Into In the ordinary course o intainces(each a'Wrltten Commitment'):
(1) Each or the Chairman, me President and the Vice Presidents of the Company is hereby authorized toexecuteany Written Commitment for and on behalfiflhe Company, under the seal
of the Company or otherwise.
(2) Each duly appointed attorney -In -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf ofthe Company. under the seal ofthe Company orolherwfse,
to the extent that such action Is authorized by the grant of powers provided for in such persons written appointment as such attorney -in -fact
(3) Each of the Chairman. the President and the Vice Presidents of me Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -in -
fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company
as may be specified in such written appointment which specification may be by general type or class of Written Commitments or by specification of one or more particular Written
Commitments.
(4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate In writing to any other officer of the
Company the authority to execute. For and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified In such written
delegation. which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments.
(5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by
facsimile on such Written Commitment or written appointment or delegation.
FURTHER RESOLVED, Nat the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalfof the
Company, and such Resolution shall not limit or otherwise affect the exercise orally such power or authority otherwise validly granted or vested. -
I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COM PANY (the "Companies") do hereby certify that
(Q the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correctand in full force and effect,
(It) the foregoing Power ofAttorney is true, correct and in full force andeffect
Given under my hand and seals ofsaid Companies at Whitehouse Station, NJ, this February 24, 2022
f0 QUM) 191' ills
371 Ml§ J 0
I IaY;D \L (,hl(N16.:1,\IWJI11 �lY'1'flJl)
IN TIT EVENT YOU WISH TO VERIFY THE Alin ENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT:
Telephone(9081903 3493 Fsx (9081903- 3656 a -mail: surely@chubb.com
Combined'. FED-VIG-PI-WFIC-AAIC (rev. 11-19)
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to
which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Los Angeles
On &Zg/ ZUZZ- before me, Myisha Monique Riven, Notary Public Notary Public,
(Here insert name and title of the officer)
personally appeared Curtis P. Brown III
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/f)t subscribed to
the within instrument and acknowledged to me that he/s)&/t* executed the same in his/V4/tl)Ar authorized
capacity(ies), and that by his/1*/th)4,T 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 foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
MYISHA MONIQUE RIVEN
n COMM.#2377053 N
a Notary Public -California
LOS ANGELES COUNTY a
My Comm. Expires Sep 30, 2025
(Notary Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages _ Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
appears above in the notary section or a separate acknowledgment form must be
properly completed and attached to that document. The only exception is if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illegal far a notary in
California (i.e. certifying the authorized capacity of the signer). Please check the
document carefully for proper notarial wording and attach this form if required.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then you title (notary public).
• Print the names) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/sheAhey; is /are) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
v Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document
C 20042015 FwUnk Signing &rnce, Inc. - All Right, Reserved www.ThO,.Lu omm - Nemoawi& N.u, Service
8124/22. 11:00 AM
Batch 14560835 Confirmation
Recorded in Official Records, Orange County
Hugh Nguyen,Clerk-Recorder
RECORDING REQUESTED BY AND I I1111 I I II1111 1111[111111 ]11I11111I III IIII 1I1111111I111I111[ NO FEE
.$ a 0 0 r 3 9 2 1 6 3 3$ k
WHEN RECORDED RETURN TO: 202200028685510:55 am 08/24/22
City Clerk 9 RW9A N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and PALP, Inc., ("DBA") Excel Paving
Company, Long Beach, California, as Contractor, entered into a Contract on February 8,
2022. Said Contract set forth certain improvements, as follows:
Street Pavement Repair Program - C-8792-1
Work on said Contract was completed, and was found to be acceptable on
August 23, 2022 by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Federal Insurance Company.
fA
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. Executed on We M t kn at Newport Beach, California.
M.
https://gs.secure-recording.com/Batch/Confirmation/1,1560835 1 /1
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and PALP, Inc., ("DBA") Excel Paving
Company, Long Beach, California, as Contractor, entered into a Contract on February 8,
2022. Said Contract set forth certain improvements, as follows:
Street Pavement Repair Program - C-8792-1
Work on said Contract was completed, and was found to be acceptable on
August 23 2022 by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Federal Insurance Company.
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. /� �A y�Ci ��
Executed on f`LAJy7, {t/�2 at Newport Beach, California.
m
CITY OF NEWPORT BEACH
b•0. A. s'�
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 10:00 AM on the 12th day of January , 2022,
at which time such bids shall be opened and read for
STREET PAVEMENT REPAIR PROGRAM
Contract No. 8792-1
$545,000
Engineer's Estimate
Approved by
James M. Houlihan
eputy PWD/City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.planetbids.com/portal/portal.cfm?CompanvlD=22078
Hard copy plans are available via
Santa Ana Blue Print at (949)756-1001
Located at 2372 Morse Avenue, Irvine, CA 92614
Contractor License Classification(s) required for this project: "A"
For further information, call Patricia Carpenter, Project Manager at (949) 644-3344
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http://newportbeachca.gov/qovernment/open-transparent/online-services/bids-rfps-
vendor-registration
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. 8792-1
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed, uploaded and received by the City Clerk
via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed
Envelope)
DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information
to be submitted via PlanetBids)
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any; Contractor shall confirm via PlanetBids)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids)
The City Clerk's Office will open and read the bid results from PlanetBids immediately
following the Bid Opening Date (Bid Due Date.)
The Bid Results are immediately available to the public via PlanetBids following the Bid
Opening Date (Bid Due Date). Members of the public who would like to attend this reading
may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.)
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may
be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents. Original copies
must be submitted to the City Clerk's Office.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State of California, and
(2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The
successful bidder's security shall be held until the Contract is executed. Original, sealed
copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.)
The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on
the outside of the envelope containing the documents.
4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
3
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
7. In accordance with the California Labor Code (Sections 1770 of seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations.
All parties to the contract shall be governed by all provisions of the California Labor Code —
including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site.
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of
the Labor Code Apprenticeship requirements and Section 4140 et seq. of the Public Contracts
Code, "Subletting and Subcontracting Fair Practices Act".
10. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized
by the corporation. For partnerships, the signatures shall be of a general partner. For sole
ownership, the signature shall be of the owner.
14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on
behalf of itself or a subcontractor that lacks privity of contract with the City but has requested
that contractor proceed on its behalf, sent by registered mail or certified mail return receipt
requested for a time extension, payment by the City for money or damages arising from work
done by, or on behalf of, the contractor and payment for which is not otherwise expressly
provided or to which the claimant is not otherwise entitled, or for payment of an amount that is
disputed by the City, the following is a summary of the claims resolution process to be applied:
A. The City shall review the claim and, within 45 days, shall provide a written statement
identifying the portions of the claim that are disputed and undisputed. This time period may
be extended by mutual agreement. The claimant shall furnish all reasonable
documentation to support the claim. If the City needs approval from its City Council to
4
provide the written statement and the City Council does not meet within the prescribed time
period, the City shall have up to 3 days following the next regular meeting of the City
Council to provide the written statement. Payment of the undisputed portion of the claim
shall be made within 60 days after the City issues its written statement.
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal
meet and confer conference, which shall be scheduled within 30 days of receipt of
claimant's demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs
equally and agreeing to a mediator within 10 business days. If the parties cannot timely
agree on a mediator, each party shall select a mediator and those mediators shall select a
qualified neutral third party to mediate the remaining disputed portion. If mediation is
unsuccessful, any remaining disputed portion shall be addressed using procedures outside
of Public Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has been revieed.
STATE LIC# 688659 Curtis P. Brown III
A C12. C:31 /l� - �� President
Contractor's License No. & Classification Aytfiorized Signature/Title
►once
DIR Registration Number & Expiration Date Date
PALP, INC IBA
=XC;Ei_ PAVING COMPANY
Bidder
5
il�_of ypRrt Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. 8792«1
BIDDER'S BON
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of Newport
Beach, a charter city, in the principal sung of Ten -percent -of the total amount of the bid --
��. Dollars ($ ...lo%...... .), to be paid and forfeited to the Utyi of
Newport Beech if the bid proposal of the undersigned Principal for the construction of STREET
PAVEMENT REPAIR PROGRAM, Contract No8792-1 in the City of Newport Beach, is accepted
by the City Council of the City of Newport Beach and the proposed contract is awarded to the
Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed,
including the rewired boards, and original insurance certificates and endorsements for the
construction of the project within: thirty (30) calandar days after the date of the mailing of
"Notification of Award", otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing this Bond as an individ ual, i
is agreed that the death of any such Principal shall not exonerate the Surety from its obligations
under this Bond.
Witness our bands this 9th day of December 209
PALP. Inc. dba_Excel Pavin Company
Name of Contractor (Principal) AUthorized Signature./Title
Curtis P. Brown, III, President
Federal Insurance Company;.,.............
M ..
Name of Sot h.6.ri.ied Ag nt ianature
202B Halls Mill Road
Whitehouse Station, NJ 05,859
Address of Surety
908-903-3485
Telephone
Dog las X. Rapp, Attorney in Fact
Print Name and Title
(Notary acknowledgment sof Princi al & SUr@1y must be attached)
A
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Orange )
On December 09, 2021 before me, Debra Swanson, Notary Public
(insert name and title of the officer)
personally appeared Douglas A. Rapp
who proved to me on the basis of satisfactory evidence to be the person(.&) whose name(s) is/ere
subscribed to the within instrument and acknowledged to me that heA9 @AIv@y executed the same in
hisAwm444eW authorized capacity*w), and that by hisf it signatures) on the instrument the
person(&), or the entity upon behalf of which the person(@) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS m hand and official seal. yam`°FrF DEBRASwANSON
y COMM. # 2335630 X
g NOTARY PUBLIC -CALIFORNIA X
ORANGE COUNTY N
MY COMM, EXR NOVOV 10, 2024
Signature T z,�(ojJ�(N, (Seal)
CHUBEl
Power of Attorney
Federal Insurance Company ( Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY
COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania,
do each hereby constitute andappoint Douglas A. Rapp and Timothy D. Rapp of Ladera Ranch, California----------------------------------------------------------------
each as their true and lawful Attorney -in -Fact to execute under sucli designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon
or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business, and any instruments
amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this SO, day of April, 2021,
Dawn NI. Chlor(r.:. A,,;<istant secretaty
r 3EO.l
wAaM� ?
STATE OF NEW JERSEY
County of Hunterdon SS,
�ilqlayn
Stephen M. lianey, Vice Prc�ident
. '
3rJLr
*4W, 4 b`
On this 5th day of April, 2021 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice
President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACG
AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn,
severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT
INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals
thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such
officers were duly affixed and subscribed by like authority.
R
Notarial Seal KATHERINE O NEWJ R
NOTARY PUBLIC OF NEW JERSEY
yPUB
No.23116686
COTMMiasion Expires July 16, 2024 Notary Puhiic
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE, INSURANCE COMPANY On December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20,2009:
"RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company
entered Into in the ordinary course orbusiness (each a "WritlenCommitment"j:
(1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and onbehalfoftheCompany, under the seal
of the Company or otherwise.
(2) Each duly appointed attorney-in-factofthe Company Is hereby authorized to execute any Written Commitment for and on behalfof the Company, under the seal ofthe Company or otherwise,
to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -fad.
(3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalfof the Company, to appoint in writing any person the attorney -in -
fad of the Company with full power and authority to execute, for and on behalfoftheCompany, under the seal oftheCompanyorothehwise, such Written Commitments oftheCompany
as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written
Commitments.
(4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the
Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments ofthe Company as are specined in such written
delegation, which specification may be by general type or class of Written Commitments or byspeclficationofoneormore particular Written Commitments.
(5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by
facsimile on such Written Commitment or written appointment or delegation.
FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the
Cohnpany, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested."
I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that
(f) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect,
(ii) the foregoing Power of Attorney is true, correct and in full force and effect.
Given under my hand and seals of said Companies at Whitehouse Station, NJ, this December 09, 2021
4e a»• ZyI kh
I kmn M. Ch l i,(N.:�titil V Jlt i S111 e011 '1
IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT:
Telephone 908 903-3493 Fax(908)903-3656 e-mail: stirety@chtibb.com
Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Los Angeles } ss.
On I A hi _ JZ 2n22 , 20 before m , (;pyi A h I YNJ
Notary ublic, oudt4oronally appeared CuTfr Is`P. Brown TII
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/'-wcr
subscribed to the within instrument and acknowledged to me that he/sem/tbeyexecuted the same
in his/fyefltbe4'r authorized capacity(ies), and that by his/Wr/tbiaif signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. U. R.COVINGTON k
M e',
COMM. #2339692 M
LL+
y Notary Public -California
LOS ANGELES COUNTY LL
My Comm. Expires Dec 8, 2024
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of }ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
:
(seal)
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. 8792-1
DESIGNATION OF SUBCONTRACTOR(% - AFFADAVIT
State law requires the listing of all subcontractors who will perform work in an amount in excess of one-
half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that
he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public
Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any
monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the
Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will
be used subject to the approval of the Engineer and in accordance with State law. No changes may be made
in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include
DIR registration numbers for each subcontractor.
MR INC 09A
EXCEL PONO3 CONIPANY
Bidder
A
Curtis R Brown Ill
�r t
Atst orized Signature/Title
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. 8792-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this formlll Please print or type.
PALP, INC CBA
Bidder's Name EXCEL PAVING COMPANY
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $150,000, provide the following information:
No. 1
Project Name/Number��[�`�
Project Description
v
Approximate Construction Dates: From l To: Lt)
Agency Name C.' NUJ "' '
Contact Person r"d Telephone (-114') -L)
Original Contract Amount $�Final Contract Amount $ 0�lf
If final amount is different from priginal, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome, of claims.
10
No. 2
Project Name/Number "IV tC2
Project Description
Approximate Construction Dates: From k U To:
Agency Name
Contact Person - A JQLALA Telephone (Ili) 1 -� —4919
Original Contract Amount $011M Final Contract Amount $ 41 LaIncl."
C
If final amount is different from oAiginal, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 3
Project Name/Number W 6 (A'
Project Description U441(}�' 41 v k� .
Approximate Construction Dates: From t� alt,11, g To:
Agency Name &VO A-, D U�
Contact Person UUP, f't�l Telephone (10) V9
Original Contract Amount $ R81 11
Final Contract Amount $ Wit) 6
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
h -W ti 0vv
11
No. 4
Project Name/Number
Project Description te 15�
Approximate Construction Dates: From S 116 'ice To:
Agency Name X10 DAY - M A
,A
Contact PersonUV, 96U Telephone (419) -!�>131, 5 �
Original Contract Amount $A" T21 Contract Amount $ �16 t �
If final amount is different from original, .please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
o 1) 1 fJ v�
No. 5
Project Name/Number
Project Description 1kj i ET (i9(A{
Approximate Construction Dates: From k To: (A
Agency Name SQ A
Contact Person MIMOA Telephone (Js�) q
Original Contract Amount $�� Final Contract Amount $ ��
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
12
No. 6
Project Name/Number
Project Description f�(vu I J, � r UukA 19M it -r -
Approximate Construction Dates: From to "fit}'),0 To: i 0� } Il.f)
Agency Name
Contact Person IJ`m Telephone RIAN U I (d13
Original Contract Amount Final Contract Amount $i�,-''
If final amount is different from original, please,explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on-site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
IAC MA-
- v �� �= ^'JiNG COti1P1�NY
Bidder AujtSorized Signature/Title
Curtis P. Brown 111
President
13
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. 8792-1
NON -COLLUSION AFFIDAVIT
State of California )
)ss.
County of Los Anaelas
Curtis P. Brown III being firfALI y t3 Q@Qheposes and says that he or she is
PrPsirient of EXf;F{ PAVING COMPANY , the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party
making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham
bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly
or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,
or to secure any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct.
PALP, INC 08A �--� Curtis P. Brown III
EXCEL PAViNr; C044RANY J� __- Resident
Bidder A)Athorized Signature/Title
Subscribed and sworn to (or affirmed) before me on this day of .12022
by Curtis P. Brown III , proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
14
--AJ
"." R. COVINGTON —v i
Notary Public
�
comm. #2339692 N
[SEAL]
Notary Pubtic-California
n.
LL
PA
-
LOS ANGELES COUNTY
Comm. Fx ires Dec 8, 2024
v a ^ �
— _.. _-..�.
My Commission Expires: `tsi1 08 (UPI
14
Cita of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. 8792-1
DESIGNATION OF SURETIES
Bidder's name PALL INC OSA
€L p44 /IN1C COt 4pAn�y
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):
15
Cita of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. 8792-1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
PALP, INC DBA
Bidder's Name EXCEL PAVING CQ- ARRANv
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2021
2020
2019
2018
2017
Total
2022
No. of contracts
Total dollar
Amount of
Contracts (in����
,
Thousands of $
No. of fatalities
1
'
}
�
No. of lost
Workday Cases
No. of lost
workday cases
involving .
permanent
(`�
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
PALP, INC DBA EXCEL PAVING
Legal Business Name of Bidder 2230 I_C�nON AVE
Business Address: Co'q
t BE-PvbH. GA W606
Business Tel. No.: 562) 599-b841
State Contractor's License No. and STATE LIC# 688659
Classification: A C12, C31
Title
The above information was compiled from the records that are available to me at this time
and I declare under penalty of perjury that the information is true and accurate within the
limitations of those records.
Signature of
bidder ,�? -
DateM 'Iz% 102;
Title CLMis �' Brown In resident
Signature of
bidder -
Date
Title MARCIA S. MILLER. CORP. SECRETARY
Signature of
bidder _
Date _
Title
Signature of
bidder _
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of
the corporation. All must be acknowledged before a Notary Public, who must certify that
such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED]
17
CALIFORNIA ALL- PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
A notary pubfic or other officer completing this certificate verifies only the identity
of the individual who signed the document'to which this certificate is attached,
and not the truthfulness, accuracy, or validity of that document.
State of California
County of Los Angeles
On JAN 1 20L before me, R. Covington, Notary Public
sere inf seri name en iitie a ine a icer,
personally appeared Curtis P. Brown III and Marcia S. Miller
,
who proved to me on the basis of satisfactory evidence to be the person(s) whose
name(s) i9are subscribed to the within instrument and acknowledged to me that
he ahefthey executed the same in hkR6tW/their authorized capacity(ies), and that by
hL% t arJtheir 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 foregoing paragraph is true and correct.
R.COVINGTON
WITNESS my hand and official seal. N o'er'" COMMA. #2339592
a _ -Notary
U.
M
Public -California a
LOS ANGELES COUNTY a
My Comm. Expires Dee 8, 2024 f
Nota Public Signature
Notary g (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM
Thisform California
DESCRIPTION OF THE ATTACHED DOCUMENT
complies with current statutes regarding notary wording and
Ifneeded, should be completed and attached to the document. Acknowledgments
from other states may be completed for documents being sent to that state so long
as the wording does not require the California notary to violate California notary
law.
(Title or description of attached document)
. State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
(Title or description of attached document continued)
Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
;Number of Pages Document Date- _
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the narne(s) of document signer(s) who personally appear at the time of
notarization.
CAPACITY CLAIMED BY THE SIGNER
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
❑ Individual (s)
helshe/thay— is /sre ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
❑ Corporate Officer
• The notary seal impression must be clear and photographically reproducible,
Impression must not cover text or lines. If seal impression smudges, re -seal if a
(Trlie)
sufficient area permits, otherwise complete a different acknowledgment form.
❑ Partner(s)
• Signature of the notary public must match the signature on file with the office of
11Attorney-in-Fact
the county clerk.
Additional information is not required but could help to ensure this
❑ Trustee(s)
acknowledgment is not misused or attached to a different document.
❑ Other
4. Indicate title or type of attached document, number of pages and date.
—4
indicate the capacity claimed by the signer. If the claimed capacity is a
-
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
2015 Version www. Nota ryClasses, com 800-873-9865
Securely attach this document to the signed document with a staple.
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. 8792-1
ACKNOWLEDGEMENT OF ADDENDA
PALP, INC 013A
Bidder's name EXCEL PAVING COMPANY
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents: I
Addendum No. Date Received Signature
im
urtis P. Brown 11
resident
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. 8792-1
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation:K VIN®
2230 LE1\40N AVE
Business Address: l nlv(-, 8EA `H CA 90806
562 599-5841 FAX (562) 591.7435
Telephone and Fax Number: )
STA E Ll '#
California State Contractor's License No. and Class: A, C12, C31
(REQUIRED AT TIME OF AWARD)
Original Date Issued: Li4 a Expiration Date: c) bbl
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
Curtis P. Brown III President and Chief Executive Officer 22JO LEMON AVE
David A LLukkp.yira President and Chief Financial Officer LONG BEACH, CA 99906562) 599-5841
Marcia S. Miller Secretary
Crissa A. Phillips Asst. Secretary
Corporation organized under the laws of the State of
19
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
0 IfAv
All company, corporate, or fictitious business names used by any principal having interest
in this proposal are as follows:
PALPi INC DBA
EXCEL., C.,) ; ;, !` i �
s
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
Briefly summarize the parties' claims and defenses;
t-�V�
Have you ever had a contract terminated by the owner/agency? If so, explain.
N 0 J A --
Have you ever failed to complete a project? If so, explain.
0 �J
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor compliance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes /lo
20
Are any claims or actions unresolved or outstanding? Yes /No
If yes to any of the above, explain. (Attach additional sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
PAL -P, INC CBA
EXCEL PAVING C0MPANY
Bidder
Curtis P. Brown III President
(Print name of Owner or President
of Corporption/Company)
Authofized Signature/Title
0
Curtis P. Brown III President
Title
Date
On before me, tuj\&l nn , Notary Public, personally appeared
Curtis R Rrnwn III V , who proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that
by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
J
Notary Public in and for sad State
My Commission Expires: jjj 018 lLatj
i-
21
R. COVINGTON
M COMM. #2339692 M
"_ Notary Public -California
(SEAL) a LOS ANGELES COUNTY LL
/MY Comm. Expires Dec 8, 2024
Roe Schoonover
209 39" Street
Newport Beach, CA 92663
Cell: (562) 755-4719
Email: RocAlan@sbcglobal.net
QUALIFICATIONS.
• OSHA certified
• first Aid/ CPR certified
• Confined Space certified
EXPERIENCE. -
06/06 -present Excel Paving Long Beach, CA
Construction Superintendent
• Job Scheduling
• Personnel Scheduling
• Dealing with various agencies, e.g. State, Public and Private
• Responsible for all aspects of job construction and quantities
08/77-06/06 Su Hy-Mllier Contracting Anaheim, CA
Construction Superintendent (01198--06106)
• Job Scheduling
• Personnel Scheduling
• Dealing with various agencies, e.g. State, Public and Private
• Responsible fear all aspects of job construction and quantities
Construction Foreman (1995-01198)
® Ran individual jobs including grading, paving, concrete and quantities
Asphalt Plant Superintendent (1990-1995)
• Building, operating and maintenance of portable and stationary Plants
• Personnel supervision
Asphalt Plant Foreman (1983-1990)
• Responsible for ordering materials for production of asphalt
® Maintenance of Plant
Asphalt Plant Operator (1982-1983)
• Mixed asphalt
Plant and Loaner Operator for portable crushers (1979-1982)
• Manufacturing of recycled base material
Operating Engineer (1978-1979) .
• Ran various equipment in the grading operation
Construction Labor (1977-1978)
• General labor work
® Grade checking
EDUCATION:
June 1975 Downey HS High School Diploma Downey, CA
Wade Phillips
2230 Lemon Ave, Long Beach, CA 90806 (562) 599-58411 LAThillil2s@excelpaving.net
excelpaving.net
Experience
CONSTRUCTION ESTIMATOR / PROJECT MANAGER
EXCEL PAVING COMPANY I JUNE 2010 - PRESENT
m Bid and manage all types and sizes of projects: $2,000 to $10 million, driveways to reservoirs.
Bid public and private work, bid as a prime and sub, bid projects in Los Angeles, Orange, Ventura,
and Riverside counties.
s Manage and track profitability on all projects.
• Work with field superintendents and foremen to plan projects and fix problems.
• Communicate and negotiate with agencies regarding billings, extra work, change orders, Time and
Material tickets, unforeseen conditions, and claims.
• Private works and construction management clients:
o Disney, Northrop Grumman Corporation, Hathaway Dinwiddie, PCL, Bernards
Construction, Charles Pankow Builders, McCarthy Builders, Whiting -Turner Contracting
Company, Webcor Builders
• Public Works clients:
o County of Orange, City of Laguna Beach, City of Anaheim, City of Irvine, City of Santa Ana,
City of Orange, City of Stanton, City of Fullerton, City of Long Beach, Long Beach Airport,
Long Beach Water Department, Rolling Hills, Palos Verdes Estates, City of Redondo Beach,
City of Torrance, City of Santa Monica, City of Los Angeles, City of Burbank, City of
Pasadena, Los Angeles Department of Water and Power, Metropolitan Water District, Port
of Long Beach, Port of Los Angeles, California State College System, University of California
System, local city school districts
Education
ASSOCIATE DEGREE j JUNE 2010 ( LONG BEACH COMMUNITY COLLEGE
• Major; Science
DIPLOMA I JUNE 20071 LAKEWOOD HIGH SCHOOL
O 9 SSE;
OO -- A O'
h N r m N O OWDc�D m O O O" O fN7 N m O O crnp
O> lD m n rn n h lD Cr'fj tD f� rnOD pO r�� op c7 ccN O (7i rl :0�
�+ V' N O V ONi _ CD r Cts') t'nJ V O OmD V r O O h to n cm'J N C} T O m O� t�D_ C' W N O N cm0 m C
` r r m N r r r
C
O
V d3 64 69 H3 EA 69 89 64 (A 69 4A fR tg 69 V3 K1 Y3 M eA eH 64 tfi E9 b9 69 fR V3 GA v9 6? to EA fR E9 64 EFT b3 H3 69 M3 63 E9 b9 69 Vf cA s9 _ Vi lfr to
ffi _
rn W m m m m rn m 0 rn rn O O O] Qi Os Orn 0 Ot rn O O) O O 0 0 0 O O b O
r N r r N r N Nr N= N N N N N N N
Q.1� � � O` C� = W '�t M. n W rn m O c�V O
E O y N Q
'62, O Q N Q N Q .Tr.1 N Q Q Q cVV O c+> O c� O N Q= O.0 M N N Q Q O M O O M p Q
o r a o3'c m o n W N m M m Z m m m m u� n m m n ci. m n m o c� cl m
oo r o r ror r r o o0 0 0.0 o r r ot- o ro o r r o0 0 0o r o r r
m n n W m m m m m m m m m rn rn m rn m rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn of rn o rn
N
m rn v o o v a's{ v o n. v '.co s� LO � Z M
O N r 0 ai M 0 0 O M 0 0 0 cel 0 0 O'.. O O O
(D M O] m In m M M !n m m O i't7 M: Ifi r M � cl. CQOM c'o m h -0) (D n f� m m
cA0000 oi-oo boo.- r0000000 oo 000ro 00000 ori oor �o ol-
o r
E
r�cEa . lt�JvEo o 2: ca w 00
LU O
E mvm-oo>
E $ T EZaoj rnrOooo E E'oO m
CD mi dCD
a�,2toE3li
..
ca
dyJ.�TE
; m
a` �~NVUNvTCS��r�� o6) u�O��
(2, &2 @@mEN
c C7 > t p> c°
oa cs Eo narco QEW E 7 o d m VL ma aE Ev E
@
O O 4', r LD t0 N O N MM
f� M N V ' N O4 O N c0 hm COp c2
0m j1j. MrN r0 . N_ M
'6 MN c6m m O Cn Cucd u5 CV
n
v o M US m n N v rnv cv cSrvdmmman draSrab:oS rid' dr my cv cd m v d':n cnrnoobcvcv cb co
rn (D N tf) V N Cp M N? M a r r cD N r O n n rn N M:rn CD N -N n lD n m I� N r M A N
vTcivmr o oadom d rNdmi6.6SMS6cc66 cmbvcvdr'o d' Cobbrnd'm d b
C cn � C C `� cd'i cNo o� c{i �''m .r- m � r. c`Dn c� C io n � C m rn S3 ;'
_ � m
m m E cl
m T rn m
a�.?=m>L�C.J+ to`� mz.,f� o>�¢ m miitmLL $ o�,�=o > E @ALL_
¢G p D Cn m N C N y@ �'-
@ N �o - N O'C D N @�O N O O L.' CN mC N N N O O O p @@ L C O OLp�
¢'> ma�¢a'2 m cnoxoc7�m naav co u��c�Qa x U ¢r��P 9��v¢¢
d
v p
Q' N O O N N N O O (�I n dam" O N N N O N N r N N O N N O mr NOON b N h M CD N M m N n n n N n C
N rn m rn rn mrnD>rnrn rn rnrnrngirnrnrnrnrnrnrnrnrnrnrn rnSi �i o�rnrnrnrnrn w rn� rn rnrnrn rnrnrn�Q rnrnrno:
0
L
Q c N m= 9� D@@ y y@
mid @@g,E >,r ¢¢ �'S
•_ n @ @ '� ._ C7 °� '3 0 �. U @ m E @ m o m 3 ._
3,+ c c c G c E 'o t m m— c c@ -e 2' c 1 a c
o@@@ o cco m e a> b d ccd o m c@ m a+ @ m m m m@ L o. o gi @@@ m m@ m m co N @ o
C m
U J ID CA MCA U co VJ O m G d'(A CnrCA� ¢m d'.�Cn CA CAm JCAd T• JCL' [J) C S J (A UJ m (A (L 0_'VJ (n4 J�
O � b
p E coa 3 C� m¢ o c�A m m �i P? m a 2 E a ¢
T� P dlA VJ d m Z@i a`3 @
-15
n 3 (n U E cA c [A c a V) VJ = m y
c'Z.m2c_02co ohm coz 2-cwma Ecoi.'mzrgd c'in c-y5y�202c`d c_=2(�d r'd oo22LQ8 ¢..5c
d. LL d 'S LL L m N� E N 1.1 C7 d¢ IJ.A d 5 L c m.,t @ U �.LL @ J LL..S, r0 LL Lt. LL. N
w b uff o LU co m.� m w b c.,� d' a. n v n= O LIJ w o o a w u.i m o
r M Z N op N Cn N n tD 0 D U N a Lu Cn (n O (!! U�c' U n 0 n (A m O N O LLI N V LL tr_ tD N N LLI O Cn
Oc� M O tIJ �7' N In to M N (pn� Li') O Y to h 0 0 s} O O h 0 (7 M
bN ems- r N O Vr '- N O) N N .�- r r CMD r OODDV M V r P N r r cmD C' .r- N fm7 r c00
O
C
L
m
m a U c c o U a m E E o ro o E c m m v o
o f o a r E o m mm 2 m
a> v@ E c E E>
= g c m o $ m m 2
c m rn��o_�.@3.otwU yo 'o ;a E m c'y 3 ._ @ �i a 'c ti ¢.c�� @ @ m
rn m c co m Ca-) o (�.> m @ U o� a> m U m c c m@ o m m m m c m L o p c�.� U rn U c� c' a>i m m U U N m m
Q m �m CSS cAO�U OCA P4=� mOr cA24m&c�rA CA CAmm 4>-,m05 2 OU.`.�mcAa�00¢
@
U
@ O LL
C
N G ol
C Ql N M G O) C
w O` N
C n
0. E o m N K aEi To aEi a n- LO a' m
E @ 'o c
LL m° °' N a u' m c i m aEi J d `�'� m o� n Z a .a ¢ n. o d �; E c -o c•? ou
m o c
E > 0 a> @ m> m o @ a E m @ C L E '� d o ac a) m m
c o c, ¢+ per¢ o °' E m _m c o�'�. @ L 5� @ 0 0_ @ m T m m� m E� 3
m@@ >` a z c E z °' m U p1 =� c m m
in
a vEU oU mLLU orm.`a, coCmem E�J',m�pm'4o m, aim-�di�'•K OL ��Srn �.... os 0cD
mo LL �:n mam -oo Y ` Z^ 0 E °'r in E.,EU c12
m E @ m =y g°" '��p9_�. d d m o,m Co mcnz � �'S��o�o
.o E c E S @ p. m 'q 2 c aGi m i c c S 3 Z rn L c m m m y 'c E o T.
d n m CA > =' °' c@ v r @> �' @ m m v m o o �-' o C tOp a`3 a is io
m 0w CD m O_, C�'C�m LLIV r� c�dti�DCA¢fA O.. �4(AQ'S-�> W UCANVJd_� c�UrU>
# M � V � t[7 IMD � tt�J � tnfi iS tmh � t�D � Vrn> c00 t00 � � (D CD fD CND fU CND CNp � �. 4D � Cep � Cep C(rnDp � fnD (n0 C~D Cm0 fm0 � [DD t�D t'D f�D � N n
a V] tD tCJ Cl'J LfJ C[J l!J lD lA to 47 lIj tD tD tD lh lD tD In fn �['� tD l(J ID tfJ lD lD 4'J N 4] 1fJ LL'l t17 lIJ U•J lD LD l[J lC'i In VJ lCJ In lD lD ID It] lD to
STREET PAVEMENT REPAIR PROGRAM
CONTRACT NO. 8792-1
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 8th day
of February, 2022 ("Effective Date"), by and between the CITY OF NEWPORT BEACH,
a California municipal corporation and charter city ("City"), and PALP, INC. doing
business as ("DBA") EXCEL PAVING COMPANY, a California corporation ("Contractor"),
whose address is 2230 Lemon Ave. Long Beach, CA 90806, and is made with reference
to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: The work
necessary for the completion of this contract consists of the following: Distribute
construction notices to affected businesses and residents; Provide surveying
services; Provide traffic control plans for all work locations, Establish traffic control
for construction; Implement BMP plan, Coldmill existing asphalt concrete
pavement, compact subgrade and reconstruct, asphalt concrete roads; Remove
and dispose of existing concrete pavement, base, and subgrade; Reconstruct curb
and gutter; Construct concrete V -gutter; Lower and adjust manholes, and remove
and install new water valve boxes and survey monuments; Install temporary
painted traffic striping, thermoplastic traffic striping, traffic signs, pavement
markings and raised pavement markers; Coordinate with outside utility owners to
have their facilities repaired and raised, to grade; Other incidental items as
required by Plans and Specifications; Provide As -built drawings (the "Project" or
"work").
C. Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and
specifications.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. CONTRACT DOCUMENTS
The complete Contract for the Project includes all of the following documents:
Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion
Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 8792-1, Standard
Specifications for Public Works Construction (current adopted edition and all
supplements), and this Contract, and all modifications and amendments thereto
(collectively the "Contract Documents"), all of which are incorporated herein by reference.
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
2. SCOPE OF WORK
Contractor shall perform everything required to be performed, and shall provide
and furnish all the labor, materials, necessary tools, expendable equipment and all utility
and transportation services required for the Project. All of the Work to be performed and
materials to be furnished shall be in strict accordance with the provisions of the Contract
Documents. Contractor is required to perform all activities, at no extra cost to City, which
are reasonably inferable from the Contract Documents as being necessary to produce
the intended results.
3. COMPENSATION
3.1 As full compensation for the performance and completion of the Project as
required by the Contract Documents, City shall pay to Contractor and Contractor accepts
as full payment the sum of Four Hundred Twenty Nine Thousand Seven Hundred
Forty Eight Dollars ($429,748.00).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work, and
3.2.3 Any expense incurred as a result of any suspension or
discontinuance of the Work, but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and
which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times during
the term of the Contract. Contractor has designated Dallas Daniels to be its Project
Manager. Contractor shall not remove or reassign the Project Manager without the prior
written consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public Works
Director, or designee, shall be the Project Administrator and shall have the authority to
Palp, Inc. dba Excel Paving Company Page 2
act for City under this Contract. The Project Administrator or designee shall represent
City in all matters pertaining to the Work to be rendered pursuant to this Contract.
6. NOTICE OF CLAIMS
6.1 Unless a shorter time is specified elsewhere in this Contract, before making
its final request for payment under the Contract Documents, Contractor shall submit to
City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment. The Contractor and City expressly agree that in addition to all claims filing
requirements set forth in the Contract and Contract Documents, Contractor shall be
required to file any claim Contractor may have against City in strict conformance with the
Government Claims Act (Government Code 900 et seq.).
6.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to follow
the dispute resolution process set forth therein. Any part of such "Claim" remaining in
dispute after completion of the dispute resolution process provided for in Public Contract
Code section 9204 or any successor statute thereto shall be subject to the Government
Claims Act requirements requiring Contractor to file a claim in strict conformance with the
Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined
in Public Contract Code section 9204 or any successor statute thereto, Contractor shall
be required to file such claim with the City in strict conformance with the Government
Claims Act (Government Code sections 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing, and
conclusively shall be deemed served when delivered personally, or on the third business
day after the deposit thereof in the United States mail, postage prepaid, first-class mail,
addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attention: Public Works Director
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
Palp, Inc. dba Excel Paving Company Page 3
7.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attention: Dallas Daniels
Palp, Inc. dba Excel Paving Company
2230 Lemon Ave
Long Beach, CA 90806
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Work, provided that Contractor is in compliance with the terms of this Contract. Anything
in this Contract that may appear to give City the right to direct Contractor as to the details
of the performance or to exercise a measure of control over Contractor shall mean only
that Contractor shall follow the desires of City with respect to the results of the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract both of the following: (1) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
this Contract in the form attached as Exhibit B and incorporated herein by reference; and
(2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%)
of the total amount to be paid Contractor as set forth in this Contract and in the form
attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the
State of California.
Palp, Inc. dba Excel Paving Company Page 4
10. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
11. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Contract or for other periods as specified in the Contract Documents, policies of
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Contract, the services to be provided
under this Contract shall not be assigned, transferred contracted or subcontracted out
without the prior written approval of City. Any of the following shall be construed as an
assignment: The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Contractor, or of the interest of any general partner or joint
venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture
or syndicate or co -tenancy, which shall result in changing the control of Contractor.
Control means fifty percent (50%) or more of the voting power or twenty-five percent
(25%) or more of the assets of the corporation, partnership or joint -venture.
14. PREVAILING WAGES
In accordance with the California Labor Code (Sections 1770 et seq.), the Director
of Industrial Relations has ascertained the general prevailing rate of per diem wages in
the locality in which the work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the contract. A copy of said determination is
available by calling the prevailing wage hotline number (415) 703-4774, and requesting
one from the Department of Industrial Relations. All parties to the contract shall be
governed by all provisions of the California Labor Code — including, but not limited to, the
requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the
prevailing wage rates shall be posted by the Contractor at the job site.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractor's Proposal and are attached as part of the Contract
Palp, Inc. dba Excel Paving Company Page 5
Documents. Contractor shall be fully responsible to City for all acts and omissions of any
subcontractors. Nothing in this Contract shall create any contractual relationship between
City and subcontractor, nor shall it create any obligation on the part of City to pay or to
see to the payment of any monies due to any such subcontractor other than as otherwise
required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City.
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 City and its elected or appointed officers, agents, officials, employees and
volunteers shall not be responsible in any manner for any loss or damage to any of the
materials or other things used or employed in performing the Project or for injury to or
death of any person as a result of Contractor's performance of the Work required
hereunder, or for damage to property from any cause arising from the performance of the
Project by Contractor, or its subcontractors, or its workers, or anyone employed by either
of them.
16.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's Work on the Project, or the Work
of any subcontractor or supplier selected by Contractor.
16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its elected or appointed officers, agents, officials, employees and
volunteers (collectively, the "Indemnified Parties") from and against any and all claims
(including, without limitation, claims for bodily injury, death or damage to property),
demands, obligations, damages, actions, causes of action, suits, losses, judgments,
fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys'
fees, disbursements and court costs) of every kind and nature whatsoever (individually,
a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or
indirectly) to any breach of the terms and conditions of this Contract, any Work performed
or Services provided under this Contract including, without limitation, defects in
workmanship or materials or Contractor's presence or activities conducted on the Project
(including the negligent, reckless, and/or willful acts, errors and/or omissions of
Contractor, its principals, officers, agents, employees, vendors, suppliers,
subconsultants, subcontractors, anyone employed directly or indirectly by any of them or
for whose acts they may be liable for any or all of them).
16.4 Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the sole
negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall
be construed as authorizing any award of attorneys' fees in any action on or to enforce
the terms of this Contract. This indemnity shall apply to all claims and liability regardless
Palp, Inc. dba Excel Paving Company Page 6
of whether any insurance policies are applicable. The policy limits do not act as a
limitation upon the amount of indemnification to be provided by Contractor.
16.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original condition
and former usefulness as soon as possible, and to protect public and private property.
Contractor shall be liable for any private or public property damaged during the
performance of the Project Work.
16.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Contract as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
16.7 Nothing in this Section or any other portion of the Contract Documents shall
be construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for above.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 The Contractor shall only commence work covered by a change order after
the change order is executed and notification to proceed has been provided by the City.
17.3 There shall be no change in the Contractor's members of the project team,
as listed in the approved proposal, which is a part of this contract without prior written
approval by the City.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Contract, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Contract by City. Contractor shall
indemnify and hold harmless City for any and all claims for damages resulting from
Contractor's violation of this Section.
Palp, Inc. dba Excel Paving Company Page 7
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the provisions
of this Contract at the time and in the manner required, that party shall be deemed in
default in the performance of this Contract. If such default is not cured within a period of
two (2) calendar days, or if more than two (2) calendar days are reasonably required to
cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting party
written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days' prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs incurred
up to the effective date of termination for which Contractor has not been previously paid.
On the effective date of termination, Contractor shall deliver to City all materials
purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of the Contract or any other rule of construction which
might otherwise apply.
Palp, Inc. dba Excel Paving Company Page 8
20.6 Amendments. This Contract may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City
Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall govern
this Contract and all matters relating to it and any action brought relating to this Contract
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
20.10 No Attorney's Fees. In the event of any dispute or legal action arising under
this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Contract and all other Contract Documents by Contractor is a
representation that Contractor has visited the Project site, has become familiar with the
local conditions under which the Work is to be performed, and has correlated all relevant
observations with the requirements of the Contract Documents.
22. WAIVER
A waiver by City or any term, covenant, or condition in the Contract Documents
shall not be deemed to be a waiver of any subsequent breach of the same or any other
term, covenant or condition.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct and
are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
Palp, Inc. dba Excel Paving Company Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: OZO&I
By: r
on C. Harp
City Attorney D�
ATTEST: qq��
Date: 3, �)L
�.II .I� %
.� ,.S. !1i
Ceilani 1. :.
City Clerk
%W-1-IFoa%
CITY OF NEWPORT BEACH,
a California m icipal corporation
Date:
Kevin Mul�:
do
Mayor
CONTRACTOR:
PALP, INC. doing business as ("DBA")
EXCEL PAVING COMPANY, a California
corporation
Date:
Signed in Counterpart
By:
Curtis P. Brown III
Chief Executive Officer
Date:
Signed in Counterpart
By:
Marcia S. Miller
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Palp, Inc. dba Excel Paving Company Page 10
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: O/I )&7
By: Y
_on C. Harp
City Attorney 0�
ATTEST:
Date:
-31
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
Bv:
Kevin Muldoon
Mayor
CONTRACTOR:
PALP, INC. doing business as ("DBA")
EXCEL PAVING COMPANY, a California
corporation
Date: L6 ;,y toZ?i
By:
—
-
Crtis P. Brown III
Chief Executive Officer
Date: 1 e'6 )-q UL1,
B
Mar is S. Miller
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Palp, Inc. dba Excel Paving Company Page 10
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to
which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Los Angeles
On ��h �(. t0l-- before me, Myisha Monique Riven , Notary Public,
(Here insert name and title of the officer)
personally appeared Curtis P. Brown III and Marcia S. Miller
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Xare subscribed to
the within instrument and acknowledged to me that 1�,/spe/they executed the same in l*Js/li r/their authorized
capacity(ies), and that by h"/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 foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
eA�\Ol IA- i1y�/`�
Si azure of N ary Public
MYISHA MONIQUE RIVEN
M
COMM. #2377053
Notary Public -California rn
U. LOS ANGELES COUNTY LL
(Notary Seal) My Comm. Expires Sep 30, 2025
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
appears above in the notary section or a separate acknowledgment form must be
properly completed and attached to that document. The only exception is if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
California (i.e. certifying the authorized capacity of the signer). Please check the
document carefully for proper notarial wording and attach this form if required.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
Ite/she/fhe}—, is /ace ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document
C 2004-2015 ProLink Signing Service, Inc. - All Rights Reserved www.TheProLink.conn - Nationwide Notary Service
WHEREAS, the City of Newport Beach, State of California, has awarded to PALP,
INC. doing business as ("DBA") EXCEL PAVING COMPANY hereinafter designated as
the "Principal," a contract for: The work necessary for the completion of this contract
consists of the following: Distribute construction notices to affected businesses and
residents; Provide surveying services; Provide traffic control plans for all work locations;
Establish traffic control for construction; Implement BIVIP plan; Coldmill existing asphalt
concrete pavement, compact subgrade and reconstruct, asphalt concrete roads; Remove
and dispose of existing concrete pavement, base, and subgrade; Reconstruct curb and
gutter; Construct concrete V-gutter; Lower and adjust manholes, and remove and install
new water valve boxes and survey monuments; Install temporary painted traffic striping,
thermoplastic traffic striping, traffic signs, pavement markings and raised pavement
markers, Coordinate with outside utility owners to have their facilities repaired and raised,
to grade; Other incidental items as required by Plans and Specifications; Provide As-built
drawings, in the City of Newport Beach, in strict conformity with the Contract on file with
the office of the City Clerk of the City of Newport Beach, which is incorporated herein by
this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Federal Insurance ,Com pqU_11111.._......._. . ................. duly authorized to
businesstransact under the laws of the State of California, as Surety, (referred to herein
as uSurety") are held and firmly bound unto the City of Newport Beach, in the sum of Four
Hundred Twenty Nine Thousand Seven Hundred Forty Eight Dollars ($429,748.00) lawful
money of the United States of America, said sum being equal to 100% of the estimated
amount payable by the City of Newport Beach under the terms of the Contract; for which
payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
�?K= fts ...... ..........
mn ?m ==;W ..
.1.11.111 — __,__1__111_111................................
Palp, Inc. dba Excel Paving Company Page A-1
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California,
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
--------
-- ------------------ Paving - - - - - - --- -------- ------------------------------------------ ------------------------------ --
Palp, Inc. dba Excel g Company Page A-2
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the ---- 24tfj__ day of Ey
lebfupr 20 22 .
PALP Inc. dba .E...xc.el....Payi. ng 'Q
PmP_any
Name of Contractor (Principal)
Federal Insurance Companv
Name of Surety
2026 Halls Mill Road
Whitehouse Station, NJ 08889
..........
Address of Surety
908-903-3485
APPROVED AS TO FORM.
CITY ATTORNEY'S OFFICE
By.................. - ..... ............
on C. Harp as
City Attorney
...........
A horized Si natureffitle
C rti own, 'I , President--
uthan Ag' - t Signat
Timothy D. Rap . Attorney in.Fapt
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE A TTA CHED
-----------------. .......................... ...... ** ----------------------
Palp, Inc. dba Excel Paving Company Page A-3
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Orange
On February 24, 2022 before me, Debra Swanson, Notary Public
(insert name and title of the officer)
personally appeared Timothy D. Rapp
who proved to me on the basis of satisfactory evidence to be the persona) whose name(sj is/afe
subscribed to the within instrument and acknowledged to me that he/fey executed the same in
his/4@41"-* authorized ca acit
p y{+eg), and that by hisHHeH4FieN- signature( on the instrument the
person( -mi, or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature 1�1.
°F'hF DEBRA SWANSON
W
COMM. # 2335630 X
-es
NOTARY PUBLIC•CAUFORN A N
X
°°`"
T ORANGE COUNTY N
(Seal)
MY COMM, EXP. NOV 10, 2024
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY
COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania,
do each hereby constitute and appoint Douglas A. Rapp and Timothy D. Rapp of Ladera Ranch, California ------------------------------------------ ----------------------
each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon
or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments
amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 50, day of April, 2021.
I71WD \L Chloros-fxxsistanISccrrlaly
.•""w. x 0 sfYt
STATE OF NEW JERSEY
County of Hunterdon
Stephen 1I. Nancy, Vice President
On this 5th day of April, 2021 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice
President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE
AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn,
severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT
INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals
thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such
officers were duty affixed and subscribed by like authority.
Notarial Seal a
KATHERINE J. AOELAAR
NOTARY PUBLIC OF NEW JERSEY
No. 2316885
Commission Expires July 16, 2024
Noiary Public
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20,2009:
"RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company
entered Into in the ordinary course ofbusiness (each a "Written Commitment'j:
(1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf ofthe Company, underthe seal
of the Company or otherwise.
(2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise,
to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact
(3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -In -
fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments ofthe Company
as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written
Commitments.
(4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, far and on behalf of the Company, to delegate in writing to any other officer of the
Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as arespecified in such written
delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments.
(S) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by
facsimile on such Written Commitment or written appointment or delegation.
FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the
Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested."
I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that
(1) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect,
(it) the foregoing Power of Attorney is true, correct and in full force and effect
Given under my hand and seals of said Companies at Whitehouse Station, NJ, this February 24, 2022
d'3,1N� 4YY9�
Davin 11. Chlorin. Ascisumt SclTlfalil
IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT:
Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surely@chubb.com
Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19)
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to
which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Los Angeles
On T Z ZU Z - before me,
Myisha Monique Riven, Notary Public
(Here insert name and title of the officer)
personally appeared Curtis P. Brown III
Notary Public,
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/d)k subscribed to
the within instrument and acknowledged to me that he/s)lle/tlgy executed the same in his/l)&/their authorized
capacity(ies), and that by his/l*/thy- 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 foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature of No ry Public
MYISHA MONIQUE RIVEN
h COMM. #2377053 ro
Notary Public -California
U.
LOS ANGELES COUNTY LL
(Notary Seal) , My Comm. Expires Sep 30, 2025
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
appears above in the notary section or a separate acknowledgment form must be
properly completed and attached to that document. The only exception is if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
Calffornia (i.e. certifying the authorized capacity of the signer). Please check the
document carefully for proper notarial wording and attach this form if required.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/she/they- is /fife ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
. Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document
C 2004-2015 ProLink Signing Service, Inc. - All Rights Reserved www.TheProLink.com - Nationwide Notary Service
The premium charges on this Bond is $ 2,aQ,4_Q.Q ............. __
being at the
rate of $
thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to PALP,
INC. doing business as ("DBA") EXCEL PAVING COMPANY hereinafter designated as
the "Principal," a contract for: The work necessary for the completion of this contract
consists of the following: Distribute construction notices to affected businesses and
residents: Provide surveying services; Provide traffic control plans for all work locations;
Establish traffic control for construction; Implement BMP plan; Coldmill existing asphalt
concrete pavement, compact subgrade and reconstruct, asphalt concrete roads; Remove
and dispose of existing concrete pavement, base, and subgrade; Reconstruct curb and
gutter; Construct concrete V-gutter; Lower and adjust manholes, and remove and install
new water valve boxes and survey monuments; Install temporary painted traffic striping,
thermoplastic traffic striping, traffic signs, pavement markings and raised pavement
markers; Coordinate with outside utility owners to have their facilities repaired and raised,
to grade; Other incidental items as required by Plans and Specifications; Provide As-built
drawings, in the City of Newport Beach, in strict conformity with the Contract on file with
the office of the City Clerk of the City of Newport Beach, which is incorporated herein by
this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and Federal Insurance Comp
—".any
..... ........ ............
duly authorized to
transact ""- business ut
..... 'he" laws "f
...' ... i-h—Mate California ....'..——'
--a-sSurety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Four
Hundred Twenty Nine Thousand Seven Hundred Forty Eight Dollars ($429,748.00) lawful
money of the United States of America, said sum being equal to 100% of the estimated
amount of the Contract, to be paid to the City of Newport Beach, its successors, and
assigns; for which payment well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by
these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
............... ............
Palp, Inc. dba Excel Paving Company Page B-1
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
........ ..................... I .......... I ... --n', **"* ........................-----
-------- - -----------------------
Palp, Inc. dba Excel Paving Company Page B-2
IN WETNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the 24th day of _F �r.4a iY......................... 2022.
PALP Inc.wdba Excel Paving.,Com_pany
Marne cif Contractor (I�rir� ipalj
Federal Insurance Company ,
. 'a--........---r6t-.................
Name of Surety
2026 Halls Mill Road
Whitehouse Station, NJ 08889
Address of Surety
908-903-3485
TeIephzine
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Dente:y......, {Z .............................
Si-natcaredTitle
own. t°, Press
Timothy D. Ra Attorne in Fact
Print Name and Title w
r n C" Harr
Ci Attorney l0�
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATT-AC1- ED
:.. ,...... __ .. � w..... �:.........................................................
-wx
Palp, Inc. dba Excel Paving Company Page B-3
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Orange
On February 24, 2022
before me, Debra Swanson, Notary Public
(insert name and title of the officer)
personally appeared Timothy D. Rapp
who proved to me on the basis of satisfactory evidence to be the persona) whose name* is/arta
subscribed to the within instrument and acknowledged to me that he/4heA4@y executed the same in
his/"@fAI;eR authorized capacity{4e4), and that by hiss, F,4h@i signature(* on the instrument the
person(, or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature •, �_1�
DEBRA SWANSON
N COMM. # 2335630 X
o = m o NOTARY PUBLIC -CALIFORNIA N
' L ORANGE COUNTY N
`sem' MY COMM. EXP. NOV 10, 2021
(Seal)
MHUBS
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY
COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANYand ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania,
do each hereby constitute and appoint Douglas A. Rapp and Timothy D. Rapp of Ladera Ranch, California----------------------------------------------------------------
each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalfas surety thereon
or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments
amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 5th day of April, 2021,
Itival 11.(;hhircti.rl;i taint trfet.ny
yam' � P'^,qy, j• R
STATE OF NEW JERSEY
County of Hunterdon ss.
Stephen NI. Haney, ViccI'rc-ident
R. v,
Sflt
On this 5th day of April, 2021 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice
President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE
AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn,
severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT
INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals
thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such
officers were duly affixed and subscribed by like authority.
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20,2009:
"RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company
entered into in the ordinary course of business (each a "Written Commitment'j:
(1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal
of the Company or otherwise.
(2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise,
to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact
(3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf ofthe Company, to appoint in writing any person the attorney -m -
fact of the Company with full power and authority to execute, for and on behalfoftheCompany, under the seal ofthe Company or otherwise, such Written Commitments ofthe Company
as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written
Commitments.
(4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the
Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written
delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments.
(5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by
facsimile on such Written Commitment or written appointment or delegation.
FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the
Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested."
1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that
(i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect,
(ii) the foregoing Power of Attorney is true, correct and in full force and effect.
Given under my hand and seals of said Companies at Whitehouse Station, NJ, this February 24, 2022
j4fr-tu-
sF.P.I.
Dawn 11. C:hlorn;.:\n t,s(;i t
"`Y IN THE EVENTYOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT:
Telephone (908) 903- 3493 Fax (908) 903- 3656 a -mail: suret @chubb.corn
Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19)
Notarial Seal q
N -T fit"
KATHERINE/
NOTARY
PUBLIC OF EW JERSEY
O NEW JERSEY
�pUBLIG
JERg�
No.23i6685
Commission Expires July 16, 2024 Notary Publle
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20,2009:
"RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company
entered into in the ordinary course of business (each a "Written Commitment'j:
(1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal
of the Company or otherwise.
(2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise,
to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact
(3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf ofthe Company, to appoint in writing any person the attorney -m -
fact of the Company with full power and authority to execute, for and on behalfoftheCompany, under the seal ofthe Company or otherwise, such Written Commitments ofthe Company
as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written
Commitments.
(4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the
Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written
delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments.
(5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by
facsimile on such Written Commitment or written appointment or delegation.
FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the
Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested."
1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that
(i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect,
(ii) the foregoing Power of Attorney is true, correct and in full force and effect.
Given under my hand and seals of said Companies at Whitehouse Station, NJ, this February 24, 2022
j4fr-tu-
sF.P.I.
Dawn 11. C:hlorn;.:\n t,s(;i t
"`Y IN THE EVENTYOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT:
Telephone (908) 903- 3493 Fax (908) 903- 3656 a -mail: suret @chubb.corn
Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19)
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to
which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Los Angeles
On F -,Cb 2-,ZOZZ-before me, Myisha Monique Riven Notary Public
yam- ,Notary Public,
(Here insert name and title of the officer)
personally appeared Curtis P. Brown III
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/46 subscribed to
the within instrument and acknowledged to me that he/s)e/tlgy executed the same in his/f*/tb* authorized
capacity(ies), and that by his/l*/th* 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 foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
C
Signature of No ry Public
MYISHA MONIQUE RIVEN~
M COMM. #2377053
LL '� - Notary Public -California N
✓:. LOS ANGELES COUNTY LL
My Comm. Expires Sep 30, 2025
(Notary Seal) ,
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
❑ Attorney -in -Fact
❑ Trustee(s)
❑ Other
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
appears above in the notary section or a separate acknowledgment form must be
properly completed and attached to that document. The only exception is if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illegal.for a notary in
California (i.e. certifying the authorized capacity of the signer). Please check the
document carefully for proper notarial wording and attach this form if required.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/she/+hey, is /ete ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document
C 2004-2015 ProLink Signing Service, Inc. - All Rights Reserved www.TheProLink.com - Nationwide Notary Service
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Contract, policies of insurance of the type
and amounts described below and in a form satisfactory to City. Contractor agrees
to provide insurance in accordance with requirements set forth here. If Contractor
uses existing coverage to comply and that coverage does not meet these
requirements, Contractor agrees to amend, supplement or endorse the existing
coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for bodily
injury by disease in accordance with the laws of the State of California,
Section 3700 of the Labor Code. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation Insurance and
Employer's Liability Insurance in accordance with California law for all of the
subcontractor's employees. The insurer issuing the Workers'
Compensation insurance shall amend its policy by endorsement to waive
all rights of subrogation against City, its elected or appointed officers,
agents, officials, employees and volunteers.. Contractor shall submit to
City, along with the certificate of insurance, a Waiver of Subrogation
endorsement in favor of City, its elected or appointed officers, agents,
officials, employees and volunteers.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate and two
million dollars ($2,000,000) completed operations aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
Palp, Inc. dba Excel Paving Company Page C-1
insured contract (including the tort liability of another assumed in a business
contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials, employees and
volunteers or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Contractor hereby waives its own right of
recovery against City, and shall require similar written express waivers and
insurance clauses from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials, employees and
volunteers shall be included as additional insureds under such policies.
C. Primary and Non Contributory_. Contractor's insurance coverage shall be
primary insurance and/or the primary source of recovery with respect to
City, its elected or appointed officers, agents, officials, employees and
volunteers. Any insurance or self-insurance maintained by City shall be
excess of Contractor's insurance and shall not contribute with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days' notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
documents referenced in this Contract must be returned to City within ten
Palp, Inc. dba Excel Paving Company Page C-2
(10) regular City business days after the date on the "Notification of Award".
Insurance certificates and endorsements must be approved by City's Risk
Manager prior to commencement of performance. Current certification of
insurance shall be kept on file with City at all times during the term of this
Contract. The certificates and endorsements for each insurance policy shall
be signed by a person authorized by that insurer to bind coverage on its
behalf. At least fifteen (15) days prior to the expiration of any such policy,
evidence of insurance showing that such insurance coverage has been
renewed or extended shall be filed with the City. If such coverage is
cancelled or reduced, Contractor shall, within ten (10) days after receipt of
written notice of such cancellation or reduction of coverage, file with the City
evidence of insurance showing that the required insurance has been
reinstated or has been provided through another insurance company or
companies. City reserves the right to require complete, certified copies of
all required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any time
during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees
that any actual or alleged failure on the part of City to inform Contractor of
non-compliance with any requirement imposes no additional obligations on
City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage normally
provided by any insurance. Specific reference to a given coverage feature
is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
Palp, Inc. dba Excel Paving Company Page C-3
entitled to coverage for higher limits maintained by the Contractor. Any
available proceeds in excess of specified minimum limits of insurance and
coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any
self-insured retentions on any portion of the insurance required herein and
further agrees that it will not allow any indemnifying party to self -insure its
obligations to City. If Contractor's existing coverage includes a self-insured
retention, the self-insured retention must be declared to City. City may
review options with Contractor, which may include reduction or elimination
of the self-insured retention, substitution of other coverage, or other
solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Contract, or to suspend Contractor's right to proceed until proper evidence
of insurance is provided. Any amounts paid by City shall, at City's sole
option, be deducted from amounts payable to Contractor or reimbursed by
Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Contractor's
performance under this Contract, and that involve or may involve coverage
under any of the required liability policies. City assumes no obligation or
liability by such notice, but has the right (but not the duty) to monitor the
handling of any such claim or claims if they are likely to involve City.
Coverage not Limited. All insurance coverage and limits provided by
Contractor and available or applicable to this Contract are intended to apply
to the full extent of the policies. Nothing contained in this Contract or any
other agreement relating to City or its operations limits the application of
such insurance coverage.
J. Coverage Renewal. Contractor will renew the coverage required here
annually as long as Contractor continues to provide any Work under this or
any other Contract or agreement with City. Contractor shall provide proof
that policies of insurance required herein expiring during the term of this
Contract have been renewed or replaced with other policies providing at
least the same coverage. Proof that such coverage has been ordered shall
be submitted prior to expiration. A coverage binder or letter from
Contractor's insurance agent to this effect is acceptable. A certificate of
insurance and/or additional insured endorsement as required in these
specifications applicable to the renewing or new coverage must be provided
to City with five (5) calendar days of the expiration of the coverages.
Palp, Inc. dba Excel Paving Company Page C-4
K. Maintenance of General Liability Coverage. Contractor agrees to maintain
commercial general liability coverage for a period of ten (10) years after
completion of the Project or to obtain coverage for completed operations
liability for an equivalent period.
Palp, Inc. dba Excel Paving Company Page C-5
City of Newport Beach
STREET PAVEMENT REPAIR PROGRAM
Contract No. 8792-1
PROPOSAL
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Councilmembers:
The undersigned declares that the Contractor has carefully examined the location of the
work, has read the Instructions to the Bidders, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials except that material supplied by the
City and shall perform all work required to complete Contract No. 8792.1 in accordance with
the Plans and Special Provisions, and will take in full payment therefore the following unit
prices for the work, complete in place, to wit:
January 12, 2022
Date
P: 562-599-5841 F: 562-591-7485
Bidder's Telephone and Fax Numbers
688659 A, C12, C31
Bidder's License No(s).
and Classification(s)
1000003331
DIR Registration Number
PALP Inc. dba Excel Paving Company
Bidder,,
Curtis P. Brown III
Bidder's Authorized Signature and Title President
2230 Lemon Ave. Lonq Beach, CA 90806
Bidder's Address
Bidder's email address: estimatingCa excel paving. net
PR -1
Vendor Name
Excel Paving
Address
2230 Lemon Ave
Delivery Method
Long Beach, California 90806
Bid Responsive
United States
Respondee
Wade Phillips
Respondee Title
Estimator
Phone
562-599-5841
Email
wphdlips@excelpaving net
Vendor Type
CADIR
License #
688659
CADIR
1000003331
Bid Format
Electronic
Submitted
01/18/2022 9S2 AIM (PST)
Delivery Method
Bid Responsive
Bid Status
Submitted
Confirmation #
277930
File Title File Name File Type
BID SUBMITTAL C-8792-1 EXCEL PAVING COMPANY.pdf BID SUBMITTAL C-8792-1 EXCEL PAVING COMPANY.pdf General Attachment
Bir. Bond C-8792-1 Excel Paving Company.pdf Bid Bond C-8792-1 Excel Paving Company.pdf Bid Bond
Showing 3 Subcontractors
Name & Address Desc
AM Concrete Concrete
13170 Telf are Ave
syhnar, California 91342
BC Traffic Specialist Stnoing
638 W. Southern Ave.
Orange, California 92865
Pavement Recycling Systems, Inc Cold Pane
10240 San Sevaine Way,
Jurupa Valley, California 91752
License Num CADIR Amount Type
446850 1000006525 $12,878.00
877686 1000407561 S7,900.00
569352 1000003363 $38,77000
Discount Terms No Discount
Item N Item Code Type Item Description
Section 1
1 Mobilization
2 Surveying Services
3 Traffic Control
4 Signing and Striping
5 Coldmill 2 -Inch Asphalt Concrete
6 Coldmill 6 -Inch Asphalt Concrete
7 Remove Existing Concrete Pavement, Base, and Subbase
6 Remove Existing AC Pavement, Base, and Subbase
9 Remove Existing Curb and Gutter
10 Construct Type A PCC Curb & Gutter
11 Construct Type 8 PCC Curb
12 Place 4 -Inch Asphalt Concrete Base Course
13 Place 2 -Inch Asphalt Concrete Finish Course
14 Place, Grade, and Compact 12 -Inch Crushed Miscellaneous Base
15 Remove Existing Pavement and Construct 4 -Foot Wide PCC V -Gutter
16 Construct Full Depth AC Patchback (1 -Foot or 3 -Foot Wide)
17 Construct Concrete Wheel Stop
Is Remove & Dispose of Existing Streetlight Pull Box & Install New Streetllght Pull Box
19 Remove and Install New Sewer Clean Out Box and Cover to Grade
20 Lower and Adjust Manhole Frame and Cover to Grade
21 Adjust Storm Drain Grate Inlet Frame and Cover to Grade
22 Remove and Install New Valve Box to Grade
23 Adjust Parking Meter Post to Grade
24 Provide As -Built Drawings
UOM
QTY
Unit Price
Line Total
Response Comment
$429,748.00
LS
1
$50,000.00
$50,000.00
Yes
LS
1
$12,000.00
$12,000.00
Yes
LS
1
530,000.00
$30,000.00
Yes
LS
1
$11,000.00
$11,000.00
Yes
SF
13000
$0.27
$3,510.00
Yes
SF
41000
$0.87
$35,670.00
Yes
SF
3400
$8.00
$27,200.00
Yes
SF
900
59.50
$8,550.00
Yes
LF
26
$13.00
$338.00
Yes
LF
3
$52.00
$156.00
Yes
LF
23
$38.00
$874.00
Yes
TN
1200
$95.00
$114,000.00
Yes
TN
800
$99.00
$79,200.00
Yes
CY
160
$100.00
$16,000.00
Yes
SF
680
$30.00
$20,400.00
Yes
TN
20
$125.00
$2,500.00
Yes
EA
3
$225.00
$675.00
Yes
EA
1
$2,500.00
$2,500.00
Yes
EA
1
$1,625.00
$1,625.00
Yes
EA
4
$1,100.00
$4,400.00
Yes
EA
1
5700.00
$700.00
Yes
EA
4
$1,500.00
$6,000.00
Yes
EA
2
$225.00
$450.00
Yes
LS
1
$2,000.00
$2,000.00
Yes
Section Title
Section t
Grand Total
Line Total
$429,748.00
$429,748.00
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
STREET PAVEMENT REPAIR PROGRAM
PROJECT NO. 22R03
CONTRACT NO. 8792-1
DATE: January 11, 2022 BY:
0
TO: ALL PLANHOLDERS
y PWD/City Engineer
Pg. 1 of 2
The following changes, additions, deletions, or clarifications shall be made to the Contract
Documents — all other conditions shall remain the same.
NOTICE INVITING BIDS
1. Bid opening date
CHANGE the bid opening date to the 1811 day of January, 2022.
2. Engineer's Estimate
CHANGE the Engineer's Estimate to $519,000.
BID LINE ITEMS
1. Bid Item No. 14
CHANGE the bid item description for Bid Item No. 14 to Place, Grade, and Compact 12.
Inch Crushed Miscellaneous Base.
CHANGE the bid item quantity for Bid Item No. 14 to 160 Cubic Yards.
Pg. 2 of 2
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.
PALP, INC DBA
Bidder'sName ( ease)5Y
Date
Ay1fiorized Signature & Title
Attachments: Curtis P. Brown III President
- None
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
STREET PAVEMENT REPAIR PROGRAM
PROJECT NO. 22R03
CONTRACT NO. 8792-1
PART 1 - GENERAL PROVISIONS
1
SECTION 1—TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1
1-2 TERMS AND DEFINITIONS 1
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
2-6 WORK TO BE DONE
2-9 SURVEYING
2-9.1 Permanent Survey Markers
2-9.2 Survey Service
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.2 Basis for Establishing Cost
3-3.2.3 Markup
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.1 General
SECTION 5 - UTILITIES
5-1 LOCATION
5-1.1 General
5-2 PROTECTION
5-4 RELOCATION
1
1
2
2
2
2
2
3
3
3
3
3
3
4
4
4
4
4
4
4
5
5
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5
6-1.1 Construction Schedule 5
6-7 TIME OF COMPLETION 6
6-7.1 General 6
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7
6-9 LIQUIDATED DAMAGES 7
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 8
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 8
7-1.2 Temporary Utility Services 8
7-2 LABOR 8
7-2.2 Prevailing Wages 8
7-8 WORK SITE MAINTENANCE 8
7-8.4 Storage of Equipment and Materials 8
7-8.4.2 Storage in Public Streets 8
7-8.6 Water Pollution Control 8
7-8.6.2 Best Management Practices (BMPs) 8
7-10 SAFETY 9
7-10.3 Haul Routes 9
7-10.4 Safety 9
7-10.4.1 Work Site Safety 9
7-10.5 Security and Protective Devices 9
7-10.5.3 Steel Plate Covers 9
SECTION 9 - MEASUREMENT AND PAYMENT
10
9-2 LUMP SUM WORK
10
9-3 PAYMENT
10
9-3.1 General
10
9-3.2 Partial and Final Payment.
13
PART 2 - CONSTRUCTION MATERIALS
14
SECTION 200 - ROCK MATERIALS
14
200-2 UNTREATED BASE MATERIALS
14
200-2.1 General
14
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
14
201-1 PORTLAND CEMENT CONCRETE
14
201-1.1 Requirements
14
201-1.1.2 Concrete Specified by Class and Alternate Class
14
201-2 REINFORCEMENT FOR CONCRETE
14
201-2.2 Steel Reinforcement
14
201-2.2.1 Reinforcing Steel
14
SECTION 203 — BITUMINOUS MATERIALS
14
203-6 ASPHALT CONCRETE
14
203-6.5 Type III Asphalt Concrete Mixtures
14
SECTION 214 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 15
214-4 PAINT FOR STRIPING AND MARKINGS
15
214-4.1 General
15
214-6 PAVEMENT MARKERS
15
214-6.3 Non -Reflective Pavement Markers
15
214-6.3.1 General
15
214-6.4 Retroreflective Pavement Markers
15
214-6.4.1 General
15
SECTION 215 - TRAFFIC SIGNS
15
PART 3 - CONSTRUCTION METHODS
16
SECTION 300 - EARTHWORK
16
300-1 CLEARING AND GRUBBING
16
300-1.3 Removal and Disposal of Materials
16
300-1.3.1 General 16
300-1.3.2 Requirements 16
SECTION 302 - ROADWAY SURFACING
17
302-1 COLD MILLING OF EXISTING PAVEMENT
17
302-1.1 General
17
302-5 ASPHALT CONCRETE PAVEMENT
17
302-5.1 General
17
302-5.8 Manholes (and Other Structures)
17
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
17
302-6.7 Traffic and Use Provisions
17
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
18
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND
18
DRIVEWAYS
18
303-5.1 Requirements
18
303-5.1.1 General
18
303-5.5 Finishing
18
303-5.5.2 Curb
18
303-5.5.4 Gutter
18
SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 18
314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
18
314-2.1 General
18
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
18
314-4.1 General
18
314-4.2 Control of Alignment and Layout
19
314-4.2.1 General
19
314-4.4 Thermoplastic Traffic Striping and Pavement Markings
19
314-4.4.1 General
19
314-4.4.2 Surface Preparation
19
314-5 PAVEMENT MARKERS
19
314-5.1 General
19
PART 6 — TEMPORARY TRAFFIC CONTROL 20
SECTION 600 - ACCESS
20
600-1 GENERAL
20
600-2 VEHICULAR ACCESS
20
600-3 PEDESTRIAN ACCESS
20
SECTION 601— WORK AREA TRAFFIC CONTROL
21
601-1 GENERAL
21
601-2 TRAFFIC CONTROL PLAN (TCP)
21
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
� �
Q�pFESSIpy
SPECIAL PROVISIONSy��°�P���'
i a C 89793
STREET PAVEMENT REPAIR PROGRAM
1P clvlt �I?-
pFCAl1F0C1
PROJECT NO. 22R03
CONTRACT NO. 8792-1
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 -7021-S); (3) the City's
Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition);
(4) Standard Specifications for Public Works Construction (2015 Edition) including
supplements. The City's Design Criteria and Standard Drawings for Public Works
Construction are available at the following website:
http://www.newportbeachca.gov/government/departments/public-works/resources
Copies of the Standard Specifications for Public Works Construction may be purchased
online at www.bnibooks.com/products/standard-specifications-public-works-construction
or call 888-BNI BOOK (888-264-2665).
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1 - GENERAL PROVISIONS
SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND
SYMBOLS
1-2 TERMS AND DEFINITIONS
Add the following definition:
City — City of Newport Beach
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
Page SP 1 of 21
At the time of the award and until completion of work, the Contractor shall possess a
Class "A" license. At the start of work and until completion of work, the Contractor and
all Subcontractors shall possess a valid Business License issued by the City.
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
If there is a conflict or discrepancy between different Contract Documents, the more
stringent requirement as determined by the Engineer shall control.
2-6 WORK TO BE DONE
The work necessary for the completion of this contract consists of the following:.
• Distribute construction notices to affected businesses and residents
• Provide surveying services
• Provide traffic control plans for all work locations
• Establish traffic control for construction
• Implement BMP plan
• Coldmill existing asphalt concrete pavement, compact subgrade and reconstruct
asphalt concrete roads
• Remove and dispose of existing concrete pavement, base, and subgrade
• Reconstruct curb and gutter
• Construct concrete V -gutter
• Lower and adjust manholes, and remove and install new water valve boxes and
survey monuments
• Install temporary painted traffic striping, thermoplastic traffic striping, traffic signs,
pavement markings and raised pavement markers
• Coordinate with outside utility owners to have their facilities repaired and raised
to grade
• Other incidental items as required by Plans and Specifications
• Provide As -built drawings
2-9 SURVEYING
2-9.1 Permanent Survey Markers
Delete the second paragraph and replace with the following: The Contractor shall
submit to the Engineer, a minimum of 7 days prior to the start of work, a list of
controlling survey monuments which may be disturbed. The Contractor shall:
a) set survey points outside the affected work area that reference and locate each
controlling survey monument that may be disturbed,
b) file a Corner Record or Record of Survey with the County Surveyor after setting
the survey points to be used for re-establishment of the disturbed controlling
survey monuments, and
Page SP 2 of 21
c) file a Corner Record or Record of Survey with the County Surveyor after
reestablishment of the disturbed (permanent) controlling survey monuments.
The Contractor shall protect all survey monuments during construction operations. In
the event that existing survey monuments are removed or otherwise disturbed during
the course of work, the Contractor shall restore the affected survey monuments at his
sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record
or Record of Survey with the County Surveyor upon monument restoration.
Existing street centerline ties and property corner monuments are to be preserved. The
Contractor shall be responsible for the cost of restoring all survey ties and/or
monuments damaged by the Work.
2-9.2 Survey Service
Delete this section and replace with the following: Prior to any demolition work, the
Contractor shall prepare and submit the Corner Records for review by the City a
minimum of three (3) working days before the anticipated Work.
Contractor shall provide survey for V -gutter construction to confirm positive drainage
prior to starting work.
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.2 Basis for Establishing Cost
3-3.2.2.3 Tool and Equipment Rental
Tool and equipment rental rates shall be based on the current Caltrans rental rates.
3-3.2.3 Markup
3-3.2.3.1 Work by the Contractor
Delete this section and replace with the following: The following percentages shall be
added to the Contractor's costs and shall constitute the markup for all overhead and
profit:
1) Labor ............................................ 15
2) Materials ....................................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
Page SP 3 of 21
To the sum of the costs and markups provided in this subsection, one (1) percent may
be added as compensation for bonding.
3-3.2.3.2 Work by a Subcontractor
Delete this section and replace with the following: When all or any part of the extra work
is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be
applied by the Subcontractor to the actual costs and shall constitute the markup for all
overhead and profit. An additional markup of five (5) percent of the total subcontracted
cost may be added by the Contractor.
To the sum of the costs and markups provided in this subsection, one (1) percent may
be added as compensation for bonding.
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.1 General
All material and articles furnished by the Contractor shall be subject to rigid inspection,
and no material or article shall be used until it has been inspected and accepted by the
Engineer. The Contractor shall furnish the Engineer with full information as to the
progress of the work in its various parts and shall give the Engineer timely (48 -hours
minimum) notice of the Contractor's readiness for inspection. Submittals are required
for all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor.
SECTION 5 - UTILITIES
5-1 LOCATION
5-1.1 General
The Contractor is responsible for, and shall at his or her expense, pothole all existing
utilities which may be affected by the work to verify points of connection and potential
conflicts. No segment of work shall begin until the contractor has potholed and verified
points of connection and related connection material requirements, and coordinated the
final/existing layout of the laterals/pipeline with the Engineer, including adjustments due
to field conflicts with other utilities or structures above or below ground.
Page SP 4 of 21
Within seven (7) calendar days after completion of the work or phase of work, the
Contractor shall remove all USA utility markings. Removal by sandblasting is not
allowed. Any surface damaged by the removal effort shall be repaired to its pre -
construction condition or better at the contractor's expense.
5-2 PROTECTION
In the event that an existing pull box, meter box or any other utility box is damaged by
the Work and is not re -useable, the Contractor shall provide and install a new
replacement pull box, meter box or any other utility box of identical type and size at no
additional cost to the City.
5-4 RELOCATION
All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes
and survey monument boxes (collectively known as "utility boxes") which are affected
by the Work shall be replaced to finish grade with new utility boxes. During asphalt
paving operation, and no earlier than one week prior to the start of the paving operation,
manholes within paving area shall be temporarily lowered and covered. Upon
completion of paving operation, and no later than one week after completion, manholes
shall be permanently adjusted to finish grade.
The Contractor will be required to contact Southern California Edison, The Gas
Company, cable television companies, telecommunication companies and any other
utility companies to have their existing utilities adjusted to finish grade. The Contractor
shall coordinate with each utility company for the adjustment of their facilities in advance
of work to avoid potential delays to the project schedule. The Contractor shall provide
the necessary survey control for all utility companies to adjust boxes and vaults to the
final grade. The Contractor will be required to coordinate with these companies for
inspection of the work.
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
6-1.1 Construction Schedule
No work shall begin until a Notice to Proceed has been issued, a pre -construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval
a minimum of five working days prior to the pre -construction meeting.
The Engineer will review the baseline schedule and may require the Contractor to modify
the schedule to conform to the requirements of the Contract Documents. If work falls
behind the approved baseline schedule, the Contractor shall be prohibited from starting
additional work until Contractor has exerted extra effort to meet the baseline schedule and
has demonstrated the ability to maintain the schedule in the future. Such stoppages of
Page SP 5 of 21
work shall in no way relieve the Contractor from the overall time of completion
requirement, nor shall it be construed as the basis for payment of extra work because
additional personnel and equipment were required on the job.
Contractor shall update the schedule periodically or as directed by the Engineer to reflect
any delay or extension of time. In addition, Contractor shall prepare 2 -week look -ahead
schedules on a bi-weekly basis with detailed daily activities.
The Contractor shall commence work on or prior to April 4, 2022.
All work on St. Andrew's Road between Cliff Drive and 15th Street, shall be performed
during Spring Recess (April 11, 2022 to April 15, 2022). All work on 15th Street, adjacent
to Newport Harbor High School, shall be performed during the first week of Summer
Recess (June 13, 2022 to June 17, 2022).
6-7 TIME OF COMPLETION
6-7.1 General
The Contractor shall complete all work under the Contract within 45 consecutive
working days after the date on the Notice to Proceed. The Contractor shall ensure the
availability and delivery of all material prior to the start of work. Unavailability of material
will not be sufficient reason to grant the Contractor an extension of time. Unless
otherwise approved by the Engineer, construction shall start on [date].
Normal working hours are limited to 8:00 a.m. to 4:30 p.m., Monday through Friday.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., outside of the working hours.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working
outside the normal working hours must be made at least 72 hours in advance of the
desired time period. A separate request must be made for each work shift. The
Engineer reserves the right to deny any or all such requests. Additionally, the
Contractor shall pay for supplemental inspection costs of $146 per hour when such time
periods are approved.
The following days are designated City holidays and are non -working days:
1. January 1St (New Year's Day)
2. Third Monday in January (Martin Luther King Day)
3. Third Monday in February (President's Day)
4. Last Monday in May (Memorial Day)
5. July 4th (Independence Day)
6. First Monday in September (Labor Day)
7. November 11 th (Veterans Day)
Page SP 6 of 21
8. Fourth Thursday and Friday in November (Thanksgiving and Friday after)
9. December 24th, (Christmas Eve)
10. December 25th (Christmas)
11. December 26th thru 30th (City Office Closure)
12. December 31 -It (New Year's Eve)
If the holiday falls on a Sunday, the following Monday will be considered the holiday. If
the holiday falls on a Saturday, the Friday before will be considered the holiday.
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY
Prior to acceptance of work, the Contractor shall submit a full size set of plans to the
Engineer. Retention payment and bonds will not be released until the as -built plans are
reviewed and approved by the Engineer. A set of approved plans and specifications
shall be on the job site at all times. The Contractor shall maintain as -built drawings of all
work as the job progresses. A separate set of drawings shall be maintained for this
purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time
each progress payment is submitted. Any changes to the approved plans that have
been made with approval from the Engineer shall be documented on the as -built plans.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
6-9 LIQUIDATED DAMAGES
For each consecutive calendar day after the time specified in Section 6-7.1 for
completion of the work, the Contractor shall pay to the City or have withheld from
moneys due it, the daily sum of $1,000.
Execution of the Contract shall constitute agreement by the City and Contractor that the
above liquidated damages per calendar day is the minimum value of the costs and
actual damage caused by the failure of the Contractor to complete the Work within the
allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations.
Page SP7of21
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
7-1.2 Temporary Utility Services
If the Contractor elects to use City water, Contractor shall arrange for a meter and
tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the
deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a
charge for water usage and any repair charges for damage to the meter.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, dust control, irrigation during
maintenance period for landscaping, etc.
City shall designate to the Contractor the location of the fire hydrant or other connection
acceptable for drawing of construction and temporary water. City reserves the right to
limit the location, times and rates of drawing such water.
7-2 LABOR
7-2.2 Prevailing Wages
In accordance with California Labor Code Section 1720.9, hauling and delivery of ready -
mixed concrete for public works contracts are subject to prevailing wages.
7-8 WORK SITE MAINTENANCE
7-8.4 Storage of Equipment and Materials
7-8.4.2 Storage in Public Streets
Construction materials and equipment may only be stored in streets, roads, or sidewalk
areas if approved by the Engineer in advance. It is the Contractor's responsibility to
obtain an area for the storage of equipment and materials. The Contractor shall
obtain the Engineer's approval of a site for storage of equipment and materials prior to
arranging for or delivering equipment and materials to the site. Prior to move -in, the
Contractor shall take photos of the laydown area. The Contractor shall restore the
laydown area to its pre -construction condition. The Engineer may require new base and
pavement if the pavement condition has been compromised during construction.
7-8.6 Water Pollution Control
7-8.6.2 Best Management Practices (BMPs)
The Contractor shall submit a Best Management Practice (BMP) plan for containing any
wastewater or storm water runoff from the project site including, but not limited to the
following:
Page SP8of21
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw -cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City will monitor the
adjacent storm drains and streets for compliance. Failure of the Contractor to follow
BMP will result in immediate cleanup by City and back -charging the Contractor for all
costs plus 15 percent. The Contractor may also receive a separate administrative
citation per Section 14.36.030 of the City's Municipal Code.
7-10 SAFETY
7-10.3 Haul Routes
Haul routes shall be submitted to the Engineer for review and approval.
7-10.4 Safety
7-10.4.1 Work Site Safety
The Contractor shall be solely and completely responsible for conditions of the job site,
including safety of all persons and property during performance of the work. The
Contractor shall fully comply with all state, federal and other laws, rules, regulations,
and orders relating to the safety of the public and workers.
The right of the Engineer or the City's representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site.
7-10.5 Security and Protective Devices
7-10.5.3 Steel Plate Covers
Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards.
In addition, steel plates on asphalt pavement shall be pinned and recessed flush with
existing pavement surface.
Page SP 9 of 21
SECTION 9 - MEASUREMENT AND PAYMENT
9-2 LUMP SUM WORK
Contractor shall submit a detailed schedule of value for all lump sum bid items to the
Engineer within 15 days after award of contract.
9-3 PAYMENT
9-3.1 General
Revise paragraph two to read: The unit and lump sum bid prices for each item of work
shown on the proposal shall include full compensation for furnishing the labor,
materials, tools, and equipment and doing all the work, including restoring all existing
improvements, to complete the item of work in place and no other compensation will be
allowed thereafter. Payment for incidental items of work not separately listed shall be
included in the prices shown for the other related items of work. The following items of
work pertain to the bid items included within the Proposal:
Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all
labor, tools, equipment and material costs for providing bonds, insurance and financing,
preparing and implementing the BMP Plan, preparing and updating construction
schedules as requested by the Engineer, attending construction progress meetings as
needed, and all other related work as required by the Contract Documents. This bid
item shall also include work to demobilize from the project site including but not limited
to site cleanup, removal of USA markings and providing any required documentation as
noted in these Special Provisions.
Item No. 2 Surveying Services: Work under this item shall include, but not be
limited to, all labor, tools, equipment and material costs of surveying, establishing
horizontal and vertical controls, providing construction staking, establishing centerline
ties, adjusting survey monuments, filing pre- and post -construction corner records with
the county, reestablishing property corners disturbed by the work, preparing record of
survey, protecting and restoring existing monuments and other survey items as required
to complete the work in place.
Item No. 3 Traffic Control: Work under this item shall include, but not be limited to,
all labor, tools, equipment and material costs for delivering all required notifications and
temporary parking permits, posting signs, covering conflicting existing signs, and all
costs incurred notifying businesses and residents, providing the traffic control required
by the project including, but not limited to, signs, cones, barricades, flashing arrow
boards, K -rails, temporary striping, and flag persons. This item includes providing four
(4) CMS and updating messages on the CMS as requested by the Engineer. This item
also includes furnishing all labor, tools, equipment and materials necessary to comply
with the W.A.T.C.H. Manual, latest edition, and City requirements.
Item No. 4 Signing and Striping: Work under this item shall include, but not be
limited to, all labor, tools, equipment and material costs for removing existing pavement
Page SP 10 of 21
striping and markers, removing or relocating street signs and posts, installing temporary
and permanent pavement striping, markings and markers, installing street signs and
posts, restoring all existing improvements damaged by the work, and all other work
items as required to complete the work in place.
Item No. 5 Cold Mill 2 -Inch Asphalt Concrete Pavement: Work under this item
shall include, but not be limited to, all labor, tools, equipment and material costs for cold
milling the asphalt concrete pavement, constructing temporary asphalt concrete ramps
along milled edges, hauling and disposing the milled material offsite, and all other work
items as required to complete the work in place. Areas on the plans are approximate,
final limits will be laid out by the Inspector in the field.
Item No. 6 Cold Mill 6 -Inch Asphalt Concrete Pavement: Work under this item
shall include, but not be limited to, all labor, tools, equipment and material costs for cold
milling the asphalt concrete pavement, constructing temporary asphalt concrete ramps
along milled edges, hauling and disposing the milled material offsite, and all other work
items as required to complete the work in place. Areas on the plans are approximate,
final limits will be laid out by the Inspector in the field.
Item No. 7 Remove Existing Concrete Pavement, Base, and Subbase: Work
under this item shall include, but not be limited to, all labor, tools, equipment and
material costs for sawcutting, removing, and disposing of the existing concrete
pavement, base if present, subgrade material as necessary to allow construction of new
asphalt concrete and aggregate base roadway structural section, and all other work
items as required to complete the work in place.
Item No. 8 Remove Existing AC Pavement, Base, and Subbase: Work under this
item shall include, but not be limited to, all labor, tools, equipment and material costs for
sawcutting, removing, and disposing of the existing asphalt concrete pavement, base if
present, subgrade material as necessary to allow construction of new asphalt concrete
and aggregate base roadway structural section, and all other work items as required to
complete the work in place.
Item No. 9 Remove Existing Curb and Gutter: Work under this item shall include,
but not be limited to, all labor, tools, equipment and material costs for sawcutting,
removing and disposing of the existing PCC curb and gutter, as necessary to allow
construction of replacement curb and gutter, and all other work items as required to
complete the work in place.
Item No. 10 Construct Type A PCC Curb and Gutter: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for
constructing new Type A PCC curb and gutter per CNB STD 182, and all other work
items as required to complete the work in place.
Item No. 11 Construct Type B PCC Curb: Work under this item shall include, but
not be limited to, all labor, tools, equipment and material costs for constructing new
Type B PCC curb per CNB STD 182, and all other work items as required to complete
the work in place.
Page SP 11 of 21
Item No. 12 Place 4 -Inch Thick Asphalt Concrete Base Course: Work under this
item shall include, but not be limited to, all labor, tools, equipment and material costs for
applying a tack coat, spreading and compacting the asphalt concrete base course and
all other work items as required to complete the work in place.
Item No. 13 Place 2 -Inch Thick Asphalt Concrete Finish Course: Work under
this item shall include, but not be limited to, all labor, tools, equipment and material
costs for applying a tack coat, spreading and compacting the asphalt concrete finish
course and all other work items as required to complete the work in place.
Item No. 14 Place, Grade, and Compact 12 -Inch Crushed Miscellaneous Base:
Work under this item shall include, but not be limited to, all labor, tools, equipment and
material costs for hauling, placing, grading, and compacting 12 -inch thick crushed
miscellaneous base, and all other work items as required to complete the work in place.
Item No. 15 Remove Existing Pavement and Construct 4 -Foot Wide PCC V -
Gutter: Work under this item shall include, but not be limited to, all labor, tools,
equipment and material costs for removing existing concrete and asphalt concrete
pavement, base if present, and subgrade material, constructing new 4 -foot wide PCC V -
Gutter per Detail 5 on Sheet 6 of the Plans, including placing, grading, and compacting
crushed miscellaneous base, and all other work items as required to complete the work
in place.
Item No. 16 Construct Full Depth AC Patchback (1 -Foot or 3 -Foot Wide): Work
under this item shall include, but not be limited to, all labor, tools, equipment and
material costs for removing and disposing of existing AC pavement, base if present,
subgrade, and concrete gutter, constructing 12 -inch thick by 1 -foot or 3 -foot wide
asphalt concrete patchback, and all other work items as required to complete the work
in place.
Item No. 17 Remove Existing and Construct New Concrete Wheel Stop: Work
under this item shall include, but not be limited to, all labor, tools, equipment and
material costs for removing and disposing of existing concrete wheel stops and
constructing new concrete wheel stops per Detail 1 on Sheet 6 of the Plans, and all
other work items as required to complete the work in place.
Item No. 18 Remove and Dispose of Existing Streetlight Pull Box and Install
New Streetlight Pull Box: Work under this item shall include, but not be limited to, all
labor, tools, equipment and material costs for removing existing street light pull boxes,
furnishing and installing new street light pull boxes per CNB STD 204, restoring all
existing improvements damaged by the work, and all other work items as required to
complete the work in place.
Item No. 19 Remove and Install New Sewer Clean Out Box and Cover to Grade:
Work under this item shall include, but not be limited to, all labor, tools, equipment and
material costs for removing and disposing the existing sewer cleanout box and cover,
temporarily lowering and/or covering the sewer cleanout to facilitate paving operation,
Page SP 12 of 21
furnishing and installing a new sewer cleanout box and cover to grade per CNB STD
406, restoring all existing improvements damaged by the work, and all other work items
as required to complete the work in place.
Item No. 20 Lower and Adjust Manhole Frame and Cover to Grade: Work under
this item shall include, but not be limited to, all labor, tools, equipment and material
costs for removing the existing manhole frame and cover, temporarily lowering and/or
covering the manhole to facilitate paving operation, reinstalling existing manhole frame
and cover to grade per CNB STD 321, restoring all existing improvements damaged by
the work, and all other work items as required to complete the work in place.
Item No. 21 Adjust Storm Drain Grate Inlet Frame and Cover to Grade: Work
under this item shall include, but not be limited to, all labor, tools, equipment and
material costs for removing the existing storm drain grate inlet frame and cover,
temporarily lowering and/or covering the grate inlet to facilitate paving operation,
reinstalling existing storm drain grate inlet frame and cover to grade per CNB STD 321,
restoring all existing improvements damaged by the work, and all other work items as
required to complete the work in place.
Item No. 22 Remove and Install New Valve Box and Cover to Grade: Work
under this item shall include, but not be limited to, all labor, tools, equipment and
material costs for removing and disposing the existing sewer or water valve box and
cover, temporarily lowering and/or covering the valve to facilitate paving operation,
furnishing and installing a new sewer or water valve box and cover to grade per CNB
STD 406 and CNB STD 513, restoring all existing improvements damaged by the work,
and all other work items as required to complete the work in place.
Item No. 23 Adjust Parking Meter Post to Grade: Work under this item shall
include, but not be limited to, all labor, tools, equipment and material costs for removing
and disposing the existing parking meter post foundation, furnishing new hardware for
parking meter post installation, constructing a new parking meter post foundation with
new hardware per CNB STD 920, furnishing and installing salvaged parking meter post
and sign on new foundation with new hardware per CNB STD 920, restoring all existing
improvements damaged by the work, and all other work items as required to complete
the work in place.
Item No. 24 Provide As -Built Plans: Work under this item shall include, but not be
limited to, all labor, tools, equipment and material costs for all actions necessary to
provide as -built drawings. These drawings must be kept up to date and submitted to
the Engineer for review prior to request for payment. An amount of $2,000 is
determined for this bid item. The intent of this pre-set amount is to emphasize to the
Contractor the importance of as -build drawings.
9-3.2 Partial and Final Payment.
From each progress payment, five (5) percent will be retained by the City, and the
remainder less the amount of all previous payments will be paid.
Page SP 13 of 21
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 200 — ROCK MATERIALS
200-2 UNTREATED BASE MATERIALS
200-2.1 General
Crushed Miscellaneous Base (CMB) shall be used as the untreated base material.
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1 Requirements
201-1.1.2 Concrete Specified by Class and Alternate Class
Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the
plans.
201-2 REINFORCEMENT FOR CONCRETE
201-2.2 Steel Reinforcement
201-2.2.1 Reinforcing Steel
Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch
minimum cover unless shown otherwise on the plans.
SECTION 203 — BITUMINOUS MATERIALS
203-6 ASPHALT CONCRETE
203-6.5 Type III Asphalt Concrete Mixtures
Asphalt concrete finish course shall be Type III -C3 -PG 64-10 (20% max RAP). Asphalt
concrete base course shall be Type III -B2 -PG 64-10 (20% max RAP).
Page SP 14 of 21
SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND
PAVEMENT MARKERS
214-4 PAINT FOR STRIPING AND MARKINGS
214-4.1 General
Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized
thermoplastic.
214-6 PAVEMENT MARKERS
All pavement markers shall comply with Section 85 of the State of California Standard
Specifications.
214-6.3 Non -Reflective Pavement Markers
214-6.3.1 General
All new non -reflective pavement markers Types A and AY shall be ceramic.
214-6.4 Retroreflective Pavement Markers
214-6.4.1 General
All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces,
or approved equal.
Add Section 215 — TRAFFIC SIGNS
SECTION 215 - TRAFFIC SIGNS
Signs shall be standard size per the California MUTCD unless otherwise shown.
Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum
(0.08 inch thickness).
New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge
2'/4 inch unistrut (OD) base.
Sign mounting hardware and brackets shall be stainless steel. Unless otherwise
specified, mounting hardware shall be 5/16"-18.
Page SP 15 of 21
PART 3 - CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials
Removal and disposal of material shall be done by City approved licensed and
Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be
found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and
then selecting the link for Franchised Haulers List.
300-1.3.1 General
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
shall remove any broken concrete, debris or other deleterious material from the job site
at the end of each workday or as directed by the Engineer. All areas of roadway
removal and replacement shall have a minimum trench width of 3 -feet to facilitate
maximum compaction. Contractor shall meet with the Engineer to mark out the areas of
roadway removal and replacement.
Non -reinforced concrete and asphalt wastes generated from the job site shall be
disposed of at a facility that crushes such materials for reuse. Excess soil and other
recyclable solid wastes shall not be disposed of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer and provide appropriate confirmation documentation
from the recycling facility. All material disposal manifests shall be provided to the
Engineer prior to release of final retention.
The Contractor shall dispose of all excess or waste material and shall include all fees
for such disposal in the appropriate bid items.
300-1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley
Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made
to a minimum depth of two (2) inches. Joins to existing pavement lines shall be full
depth sawcuts. Final removal between the sawcut lines may be accomplished by the
use of jackhammers or sledgehammers. Pavement breakers or stompers will not be
permitted on the job. The Engineer must approve final removal accomplished by other
means.
Page SP 16 of 21
SECTION 302 - ROADWAY SURFACING
302-1 COLD MILLING OF EXISTING PAVEMENT
302-1.1 General
The milled pavement shall be paved with asphalt concrete (base course, leveling course
or finish course) on the same day that the cold milling is performed. The limits of work for
each working day or night shall extend only as far as both cold milling and placement of
asphalt concrete can be completed to assure that no pavement is left milled without
placement of asphalt concrete base course, level course or finish course at the end of
the each work day or night.
302-5 ASPHALT CONCRETE PAVEMENT
302-5.1 General
In residential areas, no highway rated equipment or trucks are to be used (eg. no super
trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be
approved by Engineer. The top layer of asphalt concrete (finish course) shall be placed
in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be
along a lane line. Holes, spalls, and cracks greater than 1/4 -inch in width shall be filled
and compacted to 95% minimum. The pavement shall then be cleaned with a power
broom.
302-5.8 Manholes (and Other Structures)
No earlier than one week prior to pavement cold milling, all manholes, water valve
boxes, and utility boxes shall be temporarily lowered.. Upon completion of asphalt
concrete finish course, and no later than one week after completion, the top of
manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the
smoothness requirement as specified in 302-5.6.2.
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
302-6.7 Traffic and Use Provisions
The Contractor shall not allow vehicular traffic on new concrete until the concrete has
attained a minimum compressive strength of 3000 psi. High early strength concrete
may be attained to meet the time constraints by the use of additional portland cement or
chemical admixtures in accordance with Section 201-1 and with prior approval of the
Engineer. The cost of high early strength concrete shall be included in the unit prices
for all concrete bid items.
Page SP 17 of 21
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303-5.1 Requirements
303-5.1.1 General
Sidewalks and curb access ramps shall be opened to pedestrian access on the day
following concrete placement. In addition, all forms shall be removed, irrigation systems
shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72
hours following concrete placement.
303-5.5 Finishing
303-5.5.2 Curb
The Contractor shall install or replace curb markings that indicate sewer laterals on the
face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A
two (2) day notice to the Engineer is required for requests to the City to determine the
location of sewer laterals.
303-5.5.4 Gutter
The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations
shown on the plan.
SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND
PAVEMENT MARKERS
314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
314-2.1 General
The Contractor shall remove all existing traffic striping and pavement markings by
grinding. Other methods such as sandblasting will not be allowed.
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT
MARKINGS
314-4.1 General
Temporary painted traffic striping and markings shall be lane marking paint applied at
15 mil in one coat, as soon as possible and within 24 hours after the finish course has
been placed. The width of the temporary lane line stripes shall be one-half the width of
the permanent final stripes. Temporary crosswalks and stop bars stripes shall be full
width and shall be placed prior to opening the street to traffic. Tabs and/or "cat -tracking"
Page SP 18 of 21
stripes shall also be placed prior to opening the street to traffic. Tabs and/or "cat -
tracking" will not be accepted as temporary striping.
314-4.2 Control of Alignment and Layout
314-4.2.1 General
The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be
responsible for the completeness and accuracy of all layout alignment and spotting.
Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on
the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and
pavement markings within 24 hours after the removal or covering of existing striping or
markings. No street shall be without proper striping over a weekend or holiday. Stop bars
and crosswalks shall not remain unpainted overnight.
314-4.4 Thermoplastic Traffic Striping and Pavement Markings
314-4.4.1 General
The final reflectorized thermoplastic striping shall not be applied until the finish course
pavement or slurry seal has been in place for at least 10 days but no later than 15 days.
The thermoplastic shall be applied at 1.5 mm (60 mil) to 2.0 mm (80 mil) thickness for
all striping except crosswalks and limit lines which shall be 2.5 mm (100 mil) to 3.0 mm
(120 mil) thickness. Striping shall be applied by extrusion method. Sprayable
thermoplastic striping shall not be allowed.
If the Contractor fails to perform striping as specified herein, the Contractor shall cease
all contract work until the striping has been properly performed. Such termination of
work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and
re -notify the affected residents, at the Contractor's sole expense. In addition, if the
Contractor removes/covers/damages existing striping and/or raised pavement markers
outside of the work area, he shall re-stripe/replace such work items at no cost to the
City.
314-4.4.2 Surface Preparation
Primer shall be applied to concrete surfaces prior in application of thermoplastic striping.
The primer shall be formulated for the intended application.
314-5 PAVEMENT MARKERS
314-5.1 General
Raised pavement markers shall not be placed until the finish course pavement or slurry
seal has been in place for at least 10 days but not later than 15 days.
Page SP 19 of 21
PART 6 — TEMPORARY TRAFFIC CONTROL
SECTION 600 - ACCESS
600-1 GENERAL
Ten (10) working days prior to starting work, the Contractor shall distribute construction
notices to residents within 500 feet of the project, describing the project and indicating
the limits of construction. The City will provide the notices.
Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to
the residents a second written notice prepared by the City clearly indicating specific
dates in the space provided on the notices when construction operations will start for
each block or street. An interruption of work at any location in excess of 14 calendar
days shall require re -notification. The Contractor shall insert the applicable dates and
times at the time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re -notification using an explanatory
letter furnished by the City.
600-2 VEHICULAR ACCESS
The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs
(even if streets have posted "NO PARKING" signs) which shall be posted at least forty-
eight hours in advance of the need for enforcement. The signs will be provided by the
City at no cost to the Contractor. However, the City reserves the right to charge $2.00
per sign following any excessive abuse or wastage of the signs by the Contractor. In
addition, it shall be the Contractor's responsibility to notify the City's Police Department
at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the
need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at
the Public Works Department public counter.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample
of the completed sign shall be reviewed and approved by the Engineer prior to posting.
600-3 PEDESTRIAN ACCESS
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work
must be maintained at all times. The Contractor shall cooperate with the Engineer to
provide advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction.
Page SP 20 of 21
SECTION 601 — WORK AREA TRAFFIC CONTROL
601-1 GENERAL
The Contractor shall furnish and install signage, barricades, delineators, yellow safety
ribbons, changeable message signs (CMS), and any other measures deemed
necessary by the Engineer to safely direct the public around areas of construction, and
into and out of the affected establishments. Messages for the CMS shall be updated by
the Contractor as directed by the Engineer.
601-2 TRAFFIC CONTROL PLAN (TCP)
The Contractor shall provide traffic control and access in accordance with Section 7-10
of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK
(W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following
items.-
1.
tems:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a minimum
of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and/or lighted.
4. The Contractor shall accommodate the City's trash collection. If the
Contractor elects to work on a street or alley during its trash collection day, it
shall be the Contractor's responsibility to make alternative trash collection
arrangements by contacting the City's Refuse Superintendent, at (949) 718-
3466 and all affected property owners.
5. At a minimum, the Contractor shall maintain one lane of traffic in each
direction at all times when completing the work. Temporary striping may be
required and shall be shown on the TCP.
6. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE
CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs
mounted on barricades in order on the approach and at the closure.
Page SP 21 of 21
From:
Customer Service
To:
Morgan, Shelby
Cc:
Iori.alcala(d)ebix.com
Subject:
Compliance Alert -Vendor Number 8792-1
Date:
March 07, 2022 8:02:01 PM
[EXTERNAL, EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content
is safe.
This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate
of insurance requirements. 8792-1 Palp, Inc. dba Excel Paving Company
Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach.