Loading...
HomeMy WebLinkAboutC-9717-1 - Slurry Seal Program FY24-2510/16/25. 8:09 AM Batch 20011811 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder II II II III IIIII IIIIIIII III II NO FEE *$ R 0 0 1 5 8 4 9 6 3 9$ 2025000283562 03:46 pm 10/15125 7 RecSup1A N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and American Asphalt South, Inc. of Riverside, California, as Contractor, entered into a Contract on 04/15/2025. Said Contract set forth certain improvements, as follows: Slurry Seal Program FY 2024-25 Contract No. 9717-1 Work on said Contract was completed, and was found to be acceptable on October 14, 2025, by the City Council. The title to said property is vested in the Owner and the Surety for said Contract is Interwest Insurance Services, Inc. BY __---/-2 D Id ebb, Public Works Director City of Newport Beach VERIFICATION 1 certify, under penalty of perjury, that the foregoing is -true and correct to the best of my knowledge. Executed on S Zd Z PO t Newport Beach, California. BY Molly Perry, Interim City Clerk eq. cfrL RC https://gs.secure-erds.com/Batch/Confirmation/20011811 1 /3 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 American Asphalt South, Inc. of Riverside, California, as Contractor, entered into a Contract on 04/15/2025. Said Contract set forth certain improvements, as follows: Slurry Seal Program FY 2024-25 Contract No. 9717-1 Work on said Contract was completed, and was found to be acceptable on October 14, 2025, by the City Council. The title to said property is vested in the Owner and the Surety for said Contract is Interwest Insurance Services, Inc. BY David ebb, 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 t Newport Beach, California. BY w�y Molly Perry, Interim City Clerka`_z�. CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Before 10:00 AM on the 13th day of March 2025, at which time such bids shall be opened and read for SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 $1,362,000.00 Engineer's Estimate Approved by James M. Houlihan luty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.pianotbids.com/t)ortal/portal-cfm?CompanylD=22078 Contractor License Classification(s) required for this project: "A" or "C-12" For further information, call Daniel Jordan, Project Manager at (949) 644-3344 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: hfps://www.newportbeachca.pov/-qovernment/data-hub/online-services/bids-rfps-vendor- reqistration City of Newport Beach PROJECT TITLE SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES..........................................10 NON -COLLUSION AFFIDAVIT..................................................................... 14 DESIGNATION OF SURETIES...................................................................... 15 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................16 ACKNOWLEDGEMENT OF ADDENDA.......................................................................18 INFORMATION REQUIRED OF BIDDER.....................................................................19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIAL PROVISIONS............................................................................................ SP-1 2 City of Newport Beach SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 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 before the bid opening) 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. 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 cashiers check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office before the Bid Opening. 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 9 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may 4 be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. if the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. �280W,111 ,i� zyfe-IL, 0 /.' 7= Contractor's License No. & Classification Authdrizff Signature/Title 71 T',-*, 4r;A:;n / Vic. Qres;d,n4- _/aIW��� o�l"Vll ? l DIR Registration Number & Expiration Date Illeliao t�v Bidder 5 3UZ,5- Date City of Newport Beach SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Amount Bid Dollars ($ t 0% of Amount Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of the Slurry Seal Program FY 2024-25, Contract No. 9717-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the) Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 26th day of February , 2025. American Asphalt South, Inc. Name of Contractor (Principal) Everest National Insurance Company Name of Surety 100 Everest Way, Warren Corporate Center, Warren, NJ 07059 Address of Surety 908-604-3000 Telephone -PAuthorized Signature/Title p " Authorized Agent Signature John Weber, Attorney -In -Fact Print Name and Title (Notary acknowledgment of Principal & SUretV must be attached) L ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ' WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )Ss. On 120 before me, Notary Public, personally appeared 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 N, (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 valid of that document. State of California County of Riverside ) On March 10, 2025 before me, Rosa Maria Arteaga- Notary (insert name and title of the officer) personally appeared Tim Griffin who proved to me on the basis of satisfactory evidence to be the person(e) whose name(s) is subscribed to the within instrument and acknowledged to me that he executed the same in hisauthorized capacity(+es), and that by his'4 ' signature(s) on the instrument the person(e), 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. •are••rrwwwrrrrrwwrarfwrwYrrwarwarfw awa ROSPA MARIA ARTEAGA S WITNESS my hand and official seal. ? COMM #2372221 I: NOTARYPUOUC • CAUFORNIA SAN SERNARDINO COUNTY e My CoimdaeVon E kwAQW M =5 � / n e••a•wwrr•�r•www.wwrrwweowrwrr♦•srerwww nature 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 Sacramento ) ss. On February 26 20 25 before me, Kathleen Le Notary Public, personally appeared John weber 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. n 1� KATHLEEN LE it WITNESS my hand and official seal. M COMM. # 2380925 n ti NOTARY PUBLIC CALIFORNIA COUNTY OF SACRAMENTO w �'7>s Comm Expires OCT 31. 2025 Signature (seal) OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer ■❑ Check here if no thumbprint or fingerprint is available. h, everest" POWER OF ATTORNEY EVEREST REINSURANCE COMPANY and EVEREST NATIONAL INSURANCE COMPANY KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company and Everest National Insurance Company, corporations of the State of Delaware ("Company') having their principal offices located at Warren Corporate Center, 100 Everest Way, Warren, New Jersey, 07059, do hereby nominate, constitute, and appoint: Elizabeth Collodi, John Hopkins, John Weber, Joseph H. Weber, Renee Ramsey, Sara Walliser, Mindy Whitehouse, Jennifer Lakmann, Deanna Quintero, Bill Rapp, Jason March, Matthew Foster, Tony Clark, Samantha Watkins, Phil Watkins, Brad Espinosa, Paula Senna, Pam Say, Breanna Boatright Kathleen Le, Sharon Smith, Cassandra Medina its true and lawful Attorney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed UNLIMITED, reserving for itself the full power of substitution and revocation. Such bonds and undertakings, when duly executed by the aforesaid Attorney(s)-in-fad shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company ("Board") on April 21, 2016: RESOLVED, that the President, any Executive Vice President, and any Senior Vice President are hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co -surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co -surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co -surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co -surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company and Everest National Insurance Company have caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 101" day of October 2023 ura 5 - Is oPa nSL'Q Everest Reinsurance Company and Everest National Insurance Company ' ORPO�l�. O ,t OPpOftgrF (N f SEAL } 1973 J d 2� SEAL o ut L90S -.ORAWAO By: Anthony Romano, Senior Vice President On this 221d of March 2023, before me personally came Anthony Romano, known to me, who, being duly sworn, did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto; and that he executed said instrument by like order LINDA ROBINS Notary Public, State of Now York — r No GIR06239736 Qualified in Queens County I r Term Expires April 26, 2027 Linda Robins, Notary Public I, Sylvia Semerdjian, Assistant Secretary of Everest Reinsurance Company and Everest National Insurance Company do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporation as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATION, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, this 26th day of February 2025 . `1Suran.. >. Oa Insprd Q"¢`oQcogrFP o 2`Q0�°�`°OA9'�"A G.J SEAL 'i SEAL' n W 1973 1 dr M C 1985 0 . orLlW110rl . By: Sylvia Semerdjian, Assistant Secretary ES 00 01 04 16 City of Newport Beach SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFIDAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractors total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. Bidder 9 Auttfa ' `dd Si gna t ure/Title i:rh Gc:f>x;n V', 4�rcr1 e+1� City of Newport Beach SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name ZIAM-1—cern � � Jd%�� �•%t! _ 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 �a�®� f Project Name/Number Project Description Xzw& crack Approximate Construction Dates: From ����� To: Agency Name 4 � ✓ Contact Person /%f%IiYO Az�,owl_l _ Telephone (//v) Original Contract Amount $Rf�OWFinal Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) 44V &W 1)717s Z?/ &qe �iihel` hRo acZg /IG� Wly 1� ell 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. '&/ zlf 10 Project Name/Number 5/Mfi /"►`ta.ferYq10y2 - �IGUi Project Description �f(�QQi►"l Cr'�C�//�� ��r`y/� r�fl flijJiY7� Approximate Construction Dates: From —To: Agency Name 61�// eiz A Contact Person / %6,f eI4CC Telephone (i?M ✓�.3%t ✓!�� 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. AT Project Name/Number o�/�xr/%o� L�/.� y/`j9c ✓e`� �;�,� Project Description Cl ��, i•(`�7 �cgt/`YI�j, f%,y f.�f Approximate Construction Dates: From i j To: Agency Name Contact Person Telephone 0) 0/";-, Original Contract Amount '$ Final Contract Amount $ / , • If final amount is different from original, please explain (change orders, extra work, etc.) fi4/ Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 4 Project Name/Number Project Description salty "y 1�4,1-vxoe 4�W Approximate Construction Dates: From/ To: Agency Name L 4 Sd4G Contact Person ��/� Telephone p/�) ';Pg9-.�ZZV Original Contract Amount Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) r- ,4/�wryl dlar-� 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. 16y. s//O No j Proect Name/Number c r e Project Description Crc� ✓c/vr•Y _!C-a Approximate Construction Dates: From Agency Name Contact Person � �� Telephone (,W) W0-'-Ay 9s/Aa Original Contract Amount Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Yle 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. lli�jU. 10/0. 12 No. 6 Project Name/Number I,my �%%ael, V//g/l, fw, Project Description cme; SyZ S Approximate Construction Dates: From To Agency Name 6-11 0 Contact Person 6;111 1 4wY-, v11V Telephone (�✓) Original Contract Amount $ Rdyaye�inal Contract Amount $ �d✓✓��� If final amount is different from original, please explain (change orders, extra work, etc.) a4g�Wf yfV dM4t- a Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 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. �l�r�4►� off �i�� �►�c_ Bidder 13 Autho ' ignature/Tit� EXPERIENCE RESUME PROJECT MANAGER: TIM GRIFFIN EXPERIENCE: ROY ALLAN SLURRY SEAL FROM 1987-1998 WORKING AS A TRAFFIC CONTROL MAN, SQUEEGEEMAN, SHUTTLEMAN, LINE DRIVER & MIXER OPERATOR CALIFORNIA PAVEMENT MAINTENANCE FROM 1998-2001 WORKING AS A PROJECT SUPERVISOR & OPERATIONS MANAGER. AMERICAN ASPHALT SOUTH FROM 2001-PRESENT WORKING AS A PROJECT SUPERVISOR & PRODUCTION MANAGER. PROJECT MANAGER: DAVID DARR EXPERIENCE: AMERICAN ASPHALT FROM 2008-PRESENT WORKING AS A TRAFFIC CONTRAL MAN, SQUEEGEEMAN, SHUTTLEMAN, LINE DRIVER, PROJECT SUPERVISOR & PRODUCTION MANAGER. PROJECT MANAGER: TYLER SKENDER EXPERIENCE: AMERICAN ASPHALT SOUTH FROM 2008-•PRESENT WORDING AS TRAFFIC CONTROLPERSON ESTIMATOR AND PROJECT MANAGER. PROJECT SUPERVISOR: JULIO RUIZ EXPERIENCE: AMERICAN ASPHALT SOUTH, INC. FROM 1998-PRESENT PROJECT SUPERVISOR: JOSE SAUNAS EXPERIENCE: AMERICAN ASPHALT SOUTH, INC. FROM 1998-2008 & 2010 TO PRESENT PROJECT SUPERVISOR: DONATO FRANCO EXPERIENCE: AMERICAN ASPHALT SOUTH, INC. FROM 2016 TO PRESENT PROJECT SUPERVISOR: ENRIQUE ROSALES EXPERIENCE: AMERICAN ASPHALT SOUTH, INC. FROM 2006 TO PRESENT MIXER -OPERATOR: JAIME SAUNAS EXPERIENCE: AMERICAN ASPHALT SOUTH, INC. FROM 2004-PRESENT MIXER -OPERATOR: EDUARDO DESANTIAGO-MUNOZ EXPERIENCE: AMERICAN ASPHALT SOUTH, INC. FROM 1999-PRESENT MIXER -OPERATOR: CODY BRATTON EXPERIENCE: AMERICAN ASPHALT SOUTH, INC. FROM 2015-PRESENT MIXER -OPERATOR: OMAR PEREZ AYON EXPERIENCE: Z _OER1CAN ASPHALT SOUTH, INC. FROM 2017-PRESENT ;_ .'. ,;;Y, 'r;.• City of Newport Beach SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 NON -COLLUSION AFFIDAVIT State of California 11 ) ss. Countyof ers i de ) 7f n► Gn�{,n being first duly,sv�orn, de odes and says that he or she is Y' cc % en of IMnW `f 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 parry 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-iri-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. 1 declare under �penalty %offf p/eedjury of the laws of the State of California that the foregoing is true and correct. 4�yk e fif/!F�// ✓GUlh �I%l ' /, •'% k1i C�c 145, E n Bidder AueorEgd Signature/Title Subscribed and sworn to (oraffirmed)before me on this 1 O day of , 2025 by �� w. Y , t ; -A 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. eu Notary Public 01 re:errrrrrrrererre erne urrrrreeeu Tara► a f.ROSA MARIA ARTEAGA [SEAL] U% COMM #2372221 3 NOTARY PUBLIC - CALIFORNIA n My Commission Expires: 2� Z ZS. + SAN BERNARDINO COUNTY ► � My ConmfsSiOn ExpnM Aup,pt 25, 2025 +•rwrarrrarrrrarrrrrerrrrrwreeerr:rerrri 14 City of Newport Beach SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 DESIGNATION OF SURETIES Bidder's name ll `weGan ✓�J,�� /?" ✓421/�� 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): .fee 17�l&Q/ 15 BROKERS & SURETIES FROM WHOM THE BIDDER INTENDS TO PROCURE INSURANCE AND BONDS BONDING AGENT: INTERWEST INSURANCE SERVICES, INC. 1357 E. LASSEN AVENUE CHICO, CA 95973 (530)897-3154 SURETY COMPANY: EVEREST NATIONAL INSURANCE COMPANY 100 EVEREST WAY, WARREN CORPORATE CENTER WARREN, NJ 07059 (908)604-3000 INSURANCE AGENT: INTERWEST INSURANCE SERVICES, INC. 368 E. YOSEMITE AVENUE, SUITE 100 MERCED, CA 95340 (209)724-2324 City of Newport Beach SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name /fii�°hQ?,rI 411 SlIZ-411- Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2024 2023 2022 2021 2020 Total 2025 No. of contracts /,�Q xg //� iJy yD _4w Total dollar -Amount 1 lox - I O— qw �//1*so ems— faro Contracts (in Thousands of $ No. of fatalities 0 0 0 0 0 O No. of lost Workday Cases a % Q Q Q No. of lost workday cases involving permanent transfer to Q 0 C% 0 O d 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 Legal Business Name of Bidder Business Address: Business Tel. No.: State Contractor's License No. and Classification: Entity Type:. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title 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 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 Riverside On March 10, 2025 before me, Rosa Maria Arteaga- Notary (insert name and title of the officer) personally appeared Tim Griffin and Tyler Skender , 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 ire/they executed the same in #+s�/their authorized capacity(ies), and that by #is#ief/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. nature +rrrawrrwa•rrr♦:wrarrarawawraaasaaaaaaa �ROSA MARIA ARTFAGA; r COMM #2372221 NOTARY PUBLIC - CAUFORNIA j r SAN BERNAR0I149 COUNTY itwar•rieaar�iyrwar�aan��wrE�e'ira��ii �ra�it= City of Newport Beach SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name A�t?4411 The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 18 City of Newport Beach SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 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: Business Address: 10�1� ezerf Telephone and Fax Number: (r1�9��f�(r�y°°��7 _ California State Contractor's License No. and Class: ��y��� (REQUIRED AT TIME OF AWARD) 76 Original Date Issued: Df1.fJ�1' Expiration Date:_ _4am � 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 /%� Tiittle Address Telephone,IV/ e141W %if- fear" Corporation organized under the laws of the State of 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal havinganinterest in this proposal are as follows: N/W All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: /)/W 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; .114relle __ Briefly summarize the parties' claims and defenses; Ve A4-clw Have you ever had a contract terminated by the owner/agency? If so, explain. /v6. Have you�ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes (P 20 ATKINSON, ANDELSON, LOYA, RUUD & ROMO A PROFESSIONAL LAW CORPORATION CERRITOS ATTORNEYS AT LAW tLLEASAPIION_ 1925)227-9200 J5621653-3200 FRESNO 20 PACIFICA, SUITE 1 100 RIVERSIDE (5591 225-6700 IRVINE, CALIFORNIA 9261B-3371 (951) 683-1122 (949) 453-4260 SACRAMENTO MARIN (6281 234-6200 1916) 923-1200 FAX (949) 453-4262 SAN DIEGO PASADENA WWW.AALRR.COM IBSB) 485-9526 (626) 583-8600 OUR FILE NUMBER- SOgle@aalrr.com 008905.00027 (949) 536-2225 34210196.1 August 23, 2021 VIA FIRST CLASS MAIL To Whom It May Concern Public Works Department Re: Dismissal of City of San Diego Action for Debarment To Whom It Nlay'Czincerh:__ ` 1 Our office represents American Asphalt South, Inc. in connection with the Accusation in Action for Debarment filed by the City of San Diego. Following several months of litigation, with the help of an Administrative Law Judge in a series of confidential mandatory settlement conferences, the Parties have reached a settlement that is acceptable to both Parties without any admission or concession of liability rind which allows for a reset of the relationship between the City of San Diego and American Asphalt South, Inc. Accordingly, on July 29, 2021, the City of San Diego filed a Notice of Dismissal of the Accusation of the Action in Debarment with prejudice. On that same day, the Office of Administrative Hearings dismissed the Accusation in Action for Debarment with prejudice. Please feel free to contact me with any further questions. - Best regards, ATKINSON, ANDELSON, LOYA_ RUUD & ROMO Shawn M. Ogle SMO:mnn Are any claims or actions unresolved or outstanding? Yes /6a) 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. e-rr- Per _ (Print name of Owner or President of Cor oration/Companyy) /lay 6�r�G��q Mer,c un AA, 0 Sou4h, ZAc. AW V� Bidder Au o i Signature/Title V;ce. Pr-e en t Title Date On NI 10 20 a5 before me, 1C 5c, M&Y,� A,r I«c,a , Notary Public, personally appeared Cam., '�/ho proved to me on the basis of satisfactory evidence to be the person(,S) whose name($) is/an subscribed to the within instrument and acknowledged to me that he/shaf Vy executed the same in his/herd-eir authorized capacity(aes), and that by his/bara#teir signature(o) on the instrument the person(z), or the entity upon behalf of which the person(o) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (SEAL) Notary Public in and for said Stat lftffRR}fffffif►lfffgffw }}tfffff ffwlw It A. " % �ROSA MARIA ARTEAGA A. � COMM #2372221 N My Commission Expires: „ti ,� S a o �S NOTARY PUBLIC • CALIFORNIA n f SAN BERNARDINO COUNTY i�my Conmmslon Expwaa August 25, 2025 ggefq}fffllfflf lff}fltttf}f fflfRffllffR 21 City of Newport Beach SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 SLURRY SEAL PROGRAM FY 2024-25 CONTRACT NO. 9717-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 15th day of April, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and American Asphalt South, Inc., a California corporation ("Contractor"), whose address is 2990 Myers Street, Riverside, CA 92503, 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 its Slurry Seal Program FY 2024-2025 including the following described public work: distributing door hanger notifications, placing "no parking" signs and setting up traffic control, spraying weeds with herbicide, crack sealing, removing striping, slurry sealing, sealcoating, temporary striping, applying final thermoplastic striping, installing traffic markings, markers, and rumble bars, installing new signs, and street sweeping (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. 9717-1, 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 One Million One Hundred Seventy Six Thousand One Hundred Ninety Seven Dollars and 00/100 ($1,176,197.00). 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 Tyler Skender to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to American Asphalt South, Inc. Page 2 City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive Newport Beach, CA 92660 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Allan Henderson American Asphalt South, Inc PO BOX 7427 Riverside, CA 92513 American Asphalt South, Inc. Page 3 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. 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. American Asphalt South, Inc. Page 4 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 14.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Contract shall be paid to all workmen employed on the Work to be done according to the Contract by the Contractor and any subcontractor. 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. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations, and the parties agree that the City shall not be liable for any violation thereof. 14.2 If both the Davis -Bacon Act and State of California prevailing wage laws apply and the federal and state prevailing rate of per diem wages differ, Contractor and subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive, Newport Beach, California 92660, and are available to any interested party on request. 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 American Asphalt South, Inc. 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 American Asphalt South, Inc. 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. American Asphalt South, Inc. 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. American Asphalt South, Inc. 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] American Asphalt South, Inc. 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:�/,o! os', By: n C. Harp Cft Attorney ATTEST: Date: 9 /I (0/20 2.5 By: .Fof Leil ni 0 Brown City Clerk SEW PpR�. , �k U T c CITY OF NEWPORT BEACH, a Californi municipal corporation Date: y�IUIa By: V Joe S apleVon Mav CONTRACTOR: AMERICAN ASPHALT SOUTH, INC., a California corporation Date: Signed in Counterpart By: Tim Griffin Vice President Date: Signed in Counterpart Bv. Tyler Skender Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements American Asphalt South, Inc. 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: 3/,z)i,9, --r—r By:A4'j'-(6 n C. Harp Cn Attorney CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Joe Stapleton Mayor ATTEST: CONTRACTOR: AMERICAN ASPHALT Date: SOUTH ., a California corporation Date: 2f By: BY: z4zi Leilani I. Brown Tim (rein City Clerk Vice President Date:4l 2 Sr By: _ Tyl ender creta ry [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements American Asphalt South, Inc. Page 10 Premium is included in the Performance bond and is subject to adjustments based on final contract price EXHIBIT A Issued in Duplicate Original CITY OF NEWPORT BEACH BOND NO. ES00021193 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to American Asphalt South, Inc. hereinafter designated as the "Principal," a contract for distributing door hanger notifications, placing "no parking" signs and setting up traffic control, spraying weeds with herbicide, crack sealing, removing striping, slurry sealing, sealcoating, temporary striping, applying final thermoplastic striping, installing traffic markings, markers, and rumble bars, installing new signs, and street sweeping 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, Everest National Insurance Comoanv duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Million One Hundred Seventy Six Thousand One Hundred Ninety Seven Dollars ($1,176,197.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. 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 American Asphalt South, Inc. Page A-1 to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 25th day of March 20 25 American Asphalt South, Inc. Name of Contractor (Principal) Everest National Insurance Company Name of Surety 100 Everest Way, Warren Corporate Center, Warren, NJ 07059 Address of Surety 908-604-3000 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: y/ /S5- By: a n C. Harp Ci y Attorney 7 AZ thorized Signature/Title Authorized Aga atureAttorney-In-Fact Sharon Smith, Attorney -In -Fact Print Name and Title (Corporate Seal) NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED American Asphalt South, Inc, Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside On March 27, 2025 before me, personally appeared Jeff Petty Rosa Maria Arteaga- Notary (insert name and title of the officer) , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is subscribed to the within instrument and acknowledged to me that he executed the same in hisauthorized capacity(+es), and that by his'"^-r signature(s) on the instrument the person(s), or the entity upon behalf of which the person(e) 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. Siqnature fti'p sc-L- / .ti 464 ag& (Seal #**iRRr#Rf**##RRRR###rRr Rr+rrrfrfrrRrRR ROSA MARIA ARTEAGA: N = COMM #2372221 NOTARY PUBLIC - CALIFORNIA * f SAN BERNARDINO COUNTY i My Commission Expires AtgtM 25, 2025 ##rrRa+rrrrrrrr•rrr►rrrrrrrrrr+rr+rrrr• 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 Sacramento } ss. On March 25 20 25 before me, Kathleen Le Notary Public, personally appeared Sharon Smith 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. KATHLEEN LE WITNESS my hand and official seal. y COMM. 2380925 p� • "'� NOTARY PUBLIC CALIFORNIA Q COUNTY OFSACRAMENTO w IComm. Expues OCT 31. 2025 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) American Asphalt South, Inc. Page A-3 & everest POWER OF ATTORNEY EVEREST REINSURANCE COMPANY and EVEREST NATIONAL INSURANCE COMPANY KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company and Everest National Insurance Company, corporations of the State of Delaware ("Company") having their principal offices located at Warren Corporate Center, 100 Everest Way, Warren, New Jersey, 07059, do hereby nominate, constitute, and appoint: Elizabeth Collodi, John Hopkins, John Weber, Joseph H. Weber, Renee Ramsey, Sara Walliser, Mindy Whitehouse, Jennifer Lakmann, Deanna Quintero, Bill Rapp, Jason March, Matthew Foster, Tony Clark, Samantha Watkins, Phil Watkins, Brad Espinosa, Paula Senna, Pam Sey, Breanna Boatright Kathleen Le, Sharon Smith, Cassandra Medina its true and lawful Attorney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed UNLIMITED, reserving for itself the full power of substitution and revocation. Such bonds and undertakings, when duly executed by the aforesaid Attorney(s)-in-fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company ("Board") on April 21, 2016: RESOLVED, that the President, any Executive Vice President, and any Senior Vice President are hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co -surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co -surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co -surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co -surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company and Everest National Insurance Company have caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 1011 day of October 2023. JAL Ot�o��Everest Reinsurance Company and Everest National Insurance Company '>; r SEAL 1985 �``..'FCAwf3 '�Qra w By: Anthony Romano, Senior Vice President On this 22n1 of March 2023, before me personally came Anthony Romano, known to me, who, being duly sworn, did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto; and that he executed said instrument by like order. LINDA ROBINS Notary Public, State of New York No 01R06239736 JJ Qualified in Queens County y7�P� Term Expires April 26, 2027 Linda Robins, Notary Public I, Sylvia Semerdjian, Assistant Secretary of Everest Reinsurance Company and Everest National Insurance Company do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporation as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATION, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, this 25th day of March 2025 . C�"A urao1nsu,o z�oavortgr� ISEAL C 1985 * tiJ By: Sylvia Semerdjian, Assistant Secretary ES 00 01 04 16 EXHIBIT B Issued in Duplicate Original CITY OF NEWPORT BEACH BOND NO. ES00021193 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT WHEREAS, the City of Newport Beach, (hereinafter referred to as "City") has awarded to American Asphalt South, Inc., (hereinafter referred to as the "Contractor") an agreement for: distributing door hanger notifications, placing "no parking" signs and setting up traffic control, spraying weeds with herbicide, crack sealing, removing striping, slurry sealing, sealcoating, temporary striping, applying final thermoplastic striping, installing traffic markings, markers, and rumble bars, installing new signs, and street sweeping (hereinafter referred to as the "Project"). WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated April 15, 2025, (hereinafter referred to as "Contract Documents"), the terms and conditions of which are expressly incorporated herein by reference; and WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for the faithful performance of said Contract Documents. NOW, THEREFORE, we, the undersigned Contractor and Everest National Insurance Company as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto the City in the sum of One Million One Hundred Seventy Six Thousand One Hundred Ninety Seven Dollars ($1,176,197.00), said sum being not less than one hundred percent (100%) of the total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, their or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the 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 their intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee of all materials and workmanship; and shall indemnify and save harmless the City, their respective officials, officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees including reasonable attorney's fees, incurred by City in enforcing such obligation. American Asphalt South, Inc. Page B-1 As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the acceptance of the work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City's rights or the Contractor or Surety's obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City's option: Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. iii. Permit the City to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for completion of the Project if the City, when declaring the Contractor in default, notifies Surety of the City's objection to Contractor's further participation in the completion of the Project. American Asphalt South, Inc. Page B-2 The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project 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, alteration or addition to the terms of the Contract Documents or to the Project. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 25th day of March ,2025 American Asphalt South, Inc.6;0� JifName of of Contractor (Principal) Otoorized Signature/Title Everest National Insurance Company Name of Surety 100 Everest Way, Warren Corporate Center, Warren, NJ 07059 Address of Surety 908-604-3000 Telephone (Attach Attorney -in -Fact Certificate) Attorney -in -Fact Sharon Smith, Attorney -in -Fact Print Name and Title (Corporate Seal) The rate of premium on this bond is $7.00/$7.00/$5.00 per thousand. The total amount of premium charges is $ 6,881.00 (The above must be filled in by corporate attorney.) Premium is for contract term and is Subject to Adjustments Based on Final Contract Amount Any claims under this bond may be addressed to: (Name and Address of Surety or ATTN: Claims Agent for Service in California) 100 Everest Way, Warren Corporate Center Warren NJ 07059 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: q <" M A,qMon C. Harp City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED American Asphalt South, Inc. 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 Riverside On March 27, 2025 before me, personally appeared Jeff Petty Rosa Maria Arteaga- Notary (insert name and title of the officer) , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is subscribed to the within instrument and acknowledged to me that he executed the same in hisauthorized capacity(+es), and that by his'"e�em signature(s) on the instrument the person(&), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Siqnature Kra -Kd (Seal *++++www++++++w+w*wwwrwrwwr+rrrwrrrrrww ROSA MARIA ARTEAGA: COMM #23 2221 CALIFORNIA � . J NOTARY PUBLIC - CALIFORNIA + \ SAN BERNARDINO COUNTY -+ *+ .. ..... j �My Commresm Expires AL9M 25, 2025 k ++++wawwrwwrwww+wwwwrwwrwrwwrrrrwrwwrwr 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 Sacramento } ss. On March 25 2025 before me, Kathleen Le Notary Public, personally appeared Sharon Smith 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. . KA7HLEEN LE WITNESS m hand and official seal. "' NOTARY P � 2380925 D Y � v aO{� NOTARY PUBLIC CALIFORNIA � < COUNTY OF SACRAMENTO w Comm. Expires OCT 31, 2025 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } SS. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) American Asphalt South, Inc. Page B-4 &everest POWER OF ATTORNEY EVEREST REINSURANCE COMPANY and EVEREST NATIONAL INSURANCE COMPANY KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company and Everest National Insurance Company, corporations of the State of Delaware ("Company") having their principal offices located at Warren Corporate Center, 100 Everest Way, Warren, New Jersey, 07059, do hereby nominate, constitute, and appoint: Elizabeth Collodi, John Hopkins, John Weber, Joseph H. Weber, Renee Ramsey, Sara Walliser, Mindy Whitehouse, Jennifer Lakmann, Deanna Quintero, Bill Rapp, Jason March, Matthew Foster, Tony Clark, Samantha Watkins, Phil Watkins, Brad Espinosa, Paula Senna, Pam Say, Breanna Boatright, Kathleen Le, Sharon Smith, Cassandra Medina its true and lawful Attorney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed UNLIMITED, reserving for itself the full power of substitution and revocation. Such bonds and undertakings, when duly executed by the aforesaid Attorneys) -in -fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company ("Board") on April 21, 2016: RESOLVED, that the President, any Executive Vice President, and any Senior Vice President are hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co -surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co -surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co -surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co -surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company and Everest National Insurance Company have caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 1011 day of October 2023. ��j„p40gq�c ��`,OQ3QRq f v'C�� I SEAL SEAL o �1973 vt `. 1985 • 3 %4WAfI& W,,* Spa Everest Reinsurance Company and Everest National Insurance Company By: Anthony Romano, Senior Vice President On this 22nd of March 2023, before me personally came Anthony Romano, known to me, who, being duly sworn, did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto; and that he executed said instrument by like order. LINDA ROBINS Notary Public, State of New York No 01RO623973G Qualified in Queens County ✓ Term Expires April 25, 2027 Linda Robins, Notary Public I, Sylvia Semerdjian, Assistant Secretary of Everest Reinsurance Company and Everest National Insurance Company do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporation as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATION, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, this 25th day of March 2025 . urancP oa tnsu,a .cam Q' `opvoRNr� p / ORgf �f v ( SEAL S oSEAI r'1 11973 S 1985 By: Sylvia Semerdjian, Assistant Secretary ES 00 01 04 16 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. 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 City Council, boards and commissions, officers, agents, volunteers and employees. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary excess/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 two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate and four million dollars ($4,000,000) completed operations aggregate. The policy shall cover liability arising from bodily injury, property damage, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). American Asphalt South, Inc. Page C-1 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 five million dollars ($5,000,000) combined single limit for each accident. D. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability policies are used to meet the limits of liability required by this contract, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all of the insurance requirements stated in this contract, including, but not limited to, the additional insured and primary & non-contributory insurance requirements stated herein. No insurance policies maintained by the City, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Contractor's primary and excess/umbrella liability policies are exhausted. E. Pollution Liabilitv Insurance. Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than $5,000,000 per loss and $5,000,000 in the aggregate per policy period. Claims -made policies require a 10-year extended reporting period. The CPL policy shall include coverage for cleanup costs, third -party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees, or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their American Asphalt South, Inc. Page C-2 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/umbrella liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees 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 City Council, boards and commissions, officers, agents, volunteers and employees. 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 (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 American Asphalt South, Inc. Page C-3 during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured 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 American Asphalt South, Inc. Page C-4 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. 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. American Asphalt South, Inc. Page C-5 ci . / f 2 \ ; ® c / 2 £ 2 e d\ \ ® { ) $ m Q = u Q 2 / k / S g ) \ o ƒ \ x t g 3 \ - \ \ } 5 / § . - % ( ( LL f s £ � # & $ j = i 2 G ) / 3 @ } E ( r . \ & . : \ t \ w t k ) f ) u _ G 3 a k = ; ° § k 2 f 2 , 7 s ° § \ to ) § 5 . , k G k \ / 2 \ § Ll { / ) ƒ k City of Newport Beach SLURRY SEAL PROGRAM FY 2024-25 Contract No. 9717-1 (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. 9717-1 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: 3��ILS Date Bidder's Telephone and Fax Numbers Bidder's License No(s). and Classification(s) DIR Registration Number �!C'/�llrti /�1Jj^�i�?��✓G�ia'l,�.l�i�,r Bidder /, Y EGG �i2'✓.i�c'r��` Kid6gr'g'Authorized Signature and Title Bidder's Address Bidder's email address: aoynenaaszi(vAsooA .cvn-) _ PR-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS SLURRY SEAL PROGRAM FY 2024-25 PROJECT NO. 25R04 CONTRACT NO. 9717-1 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 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 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 3 4 4 4 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4 6-1.1 Construction Schedule 4 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services 7 7 7 7-2 LABOR 7 7-2.2 Prevailing Wages 7 7-8 WORK SITE MAINTENANCE 7 7-8.1 General 7 7-8.4 Storage of Equipment and Materials 7 7-8.4.2 Storage in Public Streets 7 7-8.6 Water Pollution Control 8 7-8.6.2 Best Management Practices (BMPs) 8 7-10 SAFETY 8 7-10.4 Safety 8 7-10.4.1 Work Site Safety 8 7-10.5 Security and Protective Devices 9 7-10.5.3 Steel Plate Covers 9 SECTION 9 - MEASUREMENT AND PAYMENT 9 9-2 LUMP SUM WORK 9 9-3 PAYMENT 9 9-3.1 General 9 9-3.2 Partial and Final Payment. 10 PART 2 - CONSTRUCTION MATERIALS 11 SECTION 203 — BITUMINOUS MATERIALS 11 203-5 SLURRY SEAL 11 203-5.1 General 11 203-5.4 Emulsion -Aggregate Slurry (EAS) 11 203-5.4.1 General 11 203-5.4.2 Materials 11 SECTION 214 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 11 214-4 PAINT FOR STRIPING AND MARKINGS 11 214-4.1 General 11 214-4.3 Preformed Green Thermoplastic Markings 11 214-6 PAVEMENT MARKERS 12 214-6.3 Non -Reflective Pavement Markers 12 214-6.3.1 General 12 214-6.4 Retroreflective Pavement Markers 12 214-6.4.1 General 12 SECTION 215 - TRAFFIC SIGNS 12 PART 3 - CONSTRUCTION METHODS 13 SECTION 300 - EARTHWORK 13 300-1 CLEARING AND GRUBBING 13 300-1.3 Removal and Disposal of Materials 13 300-1.3.1 General 13 302-4 SLURRY SEAL SURFACING 13 302-4.8 Spreading and Application 13 302-4.9 Field Sampling and Testing 14 302-4.12 Rolling of Slurry Sealed Surface 14 302-4.13 Street Sweeping and Cleanup 14 302-8 SEALCOAT FOR MISCELLANEOUS AREAS 14 SECTION 314-TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 14 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 14 314-2.1 General 14 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 15 314-4.1 General 15 314-4.2 Control of Alignment and Layout 15 314-4.2.1 General 15 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 15 314-4.4.1 General 15 314-4.4.2 Surface Preparation 16 314-4.7 Application of Preformed Green Thermoplastic Markings 16 314-5 PAVEMENT MARKERS 16 314-5.1 General 16 SECTION 315 -TRAFFIC SIGN INSTALLATION 16 PART 6 - TEMPORARY TRAFFIC CONTROL 17 SECTION 600 - ACCESS 17 600-1 GENERAL 17 600-2 VEHICULAR ACCESS 17 600-3 PEDESTRIAN ACCESS 18 SECTION 601— WORK AREA TRAFFIC CONTROL 18 601-1 GENERAL 18 601-2 TRAFFIC CONTROL PLAN (TCP) 18 CITY OF NEWPORT BEACH ti�ti A• �o PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS Ems. 06-3®325) SLURRY SEAL PROGRAM FY 2024-25 PROJECT NO. 25R04 CONTRACT NO. 9717-1 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-7046-L and T-6084-S); (3) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: https://www.newportbeachca.gov/government/departments/pubIic- wo rks/res o u rce s/sta n d a rd-d raw i n g s 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 Page SP 1 of 19 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "A" or "C-12" 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: • Distributing door hanger notifications • Placing "No Parking" signs and setting up traffic control • Spraying weeds with herbicide • Crack sealing • Removing striping • Slurry sealing • Sealcoating • Temporary striping • Applying final thermoplastic striping • Installing traffic markings, markers, and rumble bars • Installing new signs • Street sweeping 2-9 SURVEYING 2-9.1 Permanent Survey Markers 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. Page SP2of19 SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General Page SP3of19 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 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. 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 (5) 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 4 of 19 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. 2-week look -ahead schedules shall be submitted to the Engineer at least one week prior to the date of the first work on the schedule. Special Scheduling Near Schools Special scheduling is required for all work that will impact the schools in the project area. These schools are Andersen Elementary School, Lincoln Elementary School, and Harbor Day School (Private). Any work nearby these schools on Pacific View Dr, Newport Hills Dr W, Newport Hills Dr E, Marguerite Ave, and Port Seabourne Way must be scheduled during non -school days after June 6, 2025. Trash Pickup Scheduling and Coordination Contractor shall provide a list of streets that will be slurry sealed on Wednesdays as part of the 2-week look -ahead schedules, so that the City can coordinate early trash pickups. See trash pick-up schedule provided by the City of dates of trash pick-ups within the project area. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 40 consecutive working days after the date on the Notice to Proceed. 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 May 12, 2025. 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. Page SP5of19 The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) 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 at the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $2,000. 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. Page SP6of19 The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $1,250.00 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 7-8.1 General All vandalism, including graffiti, damages to fresh slurry sealed and sealcoated pavement, at the work site shall be removed, repaired, or replaced by the Contractor within 24 hours. 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 Page SP 7 of 19 Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Placing plastic sheeting beneath stored equipment to capture potential leaking fluids. d. Providing a controlled area for cleaning or rinse -down activities. e. Monitoring construction activities. f. Minimizing usage of water when saw -cutting and vacuum the residue. g. Providing measures to capture or vacuum -up water contaminated with construction debris. h. Removing any construction related debris on a daily basis. i. Protecting work areas from erosion. j. Covering construction material stockpiles prior to wind or rain events 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 backcharging 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. The contractor shall be liable for any and all related fines. 7-10 SAFETY 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. Page SP 8 of 19 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Demobilization, and Cleanup: 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 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, 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. 3 Crack Seal: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for routing out cracks, applying weed kill, Page SP 9 of 19 crack sealing of the existing asphalt roadway prior to slurry sealing or sealcoating with a hot -applied crack sealant (Roadsaver Low Tack 34543 product by Crafco or approved equal), and all other work items as required to complete the work in place. Contractor will be required to fill all cracks greater 1/8" in streets and parking lots. Item No. 4 Type I Slurry Seal: Work under this item shall include, but not be limited to, all labor, materials, tools, equipment, and incidentals for preparing the roadway surface, removing existing traffic striping and pavement markings, protecting raised pavement markers (except those indicated for removal in the plans), providing slurry test report only when initial test results do not meet specifications, placing Type I slurry seal, providing pneumatic rollers for cul-de-sacs and turning knuckles, providing multiple passes of street sweeping to clean up raveling sand on all streets, and extra street sweeping passes for high turn areas, turning knuckles, and in cul-de-sacs, and all other work items as required to complete the work in place. Item No. 5 Asphalt -Based Sealcoat: Work under this item shall include, but not be limited to, all labor, materials, tools, equipment, and incidentals for preparing the roadway surface, removing existing traffic striping and pavement markings, protecting raised pavement markers, providing sealcoat test reports, placing two coats of asphalt - based sealcoat, and all other work items as required to complete the Work in place. Item No. 6 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 striping and markers, blacking -out existing striping and markings prior to applying sealcoat, applying curb paint, 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. 7 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000 is established for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. Page SP 10 of 19 PART 2 - CONSTRUCTION MATERIALS SECTION 203 — BITUMINOUS MATERIALS 203-5 SLURRY SEAL 203-5.1 General Slurry seal shall be emulsion -aggregate slurry (EAS) conforming to 203-5.4. 203-5.4 Emulsion -Aggregate Slurry (EAS) 203-5.4.1 General Emulsion -aggregate slurry (EAS) shall be Type I-CQS-1 h conforming to 203-3 203-5.4.2 Materials 203-5.4.2.2 Emulsified Asphalt Emulsified asphalt shall be of quick set type. 203-5.4.2.4 Latex Latex shall be Ultrapure 65K produced by the Textile Rubber and Cement Company, Inc., or equal approved by the Engineer in advance of ordering the latex additive. It shall be added to the emulsified asphalt by the co -mill method at the emulsion plant at the rate of 2'/2 percent of weight of the emulsified asphalt. Latex -added emulsified asphalt shall be kept in a suspended state by an agitating mixer and mixed every three days. SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized thermoplastic. Add Section 214-4.3 — Preformed Green Thermoplastic Markings 214-4.3 Preformed Green Thermoplastic Markings Green background bike lane and sharrow legends shall consist of preformed thermoplastic markings and be the Premark and 2Part sealer product by Ennis -Flint, Product No. "PM6902763" (4' x 7' arrow), "PM602766L" (4' x 7' bike lane symbol with person) and "PM602768L" (4' x 10' shared lane marking or sharrow) or approved equal. Page SP 11 of 19 Layout for bike lane includes 4' x 6' solid green background separating the arrow and `bike lane symbol with person' with an overall 4' x 20' layout. The background/marking shall include the VIZI-GRIP treatment for anti-skid resistance and retroreflectivity on the white markings. Background shall be EF Bike Lane Green. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. Add Section 215 — TRAFFIC SIGNS 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 12 of 19 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. 302-4 SLURRY SEAL SURFACING 302-4.8 Spreading and Application Slurry seal shall be sufficiently cured for vehicle traffic without tracking or damage to the surface by 3:00 p.m. on the same day. In case of damage done by vehicles and/or pedestrians upon slurry that has not been sufficiently cured, the Contractor shall replace all of the damaged work at the Contractor's expense and no additional compensation shall be made by the City. Prior to applying slurry seal, the Contractor shall clean all work surfaces and remove all loose materials, vegetation, oil, and other foreign material. Additionally, all locations with weeds shall be treated by an approved weed -killer before any slurry seal is applied. Page SP 13 of 19 302-4.9 Field Sampling and Testing Upon the Engineer's direction, the Contractor shall slurry seal a test section within the construction limits for each slurry seal mix design. The Contractor shall apply the slurry seal test section as directed by the Engineer. No slurry seal shall be applied until the test slurry seal section have been approved the Engineer. Field samples that do not meet the requirements of Table 302-4.9.1 shall be re -tested. The Contractor shall be responsible for all cost associated with the re -testing. Add Section 302-4.12 Rolling of Slurry Sealed Surface 302-4.12 Rolling of Slurry Sealed Surface Contractor shall roll all cul-de-sacs, turning knuckles, street ends and parking stalls with pneumatic (rubber) tire rollers within one (1) hour after application of slurry seal. Pneumatic tire rollers shall conform to Section 302-2.3.5. Add Section 302-4.13 Street Sweeping and Cleanup 302-4.13 Street Sweeping and Cleanup Upon completion of the slurry seal, Contractor shall clean all sidewalks, curb ramps, parkways, driveways and gutters. Contractor shall provide street sweeping of all streets to pick up raveling sand. Street sweeping shall occur twice; one week and two weeks after placement of slurry seal. The Engineer may request additional sweepings as - needed at no additional cost to the City. 302-8 SEALCOAT FOR MISCELLANEOUS AREAS The Contractor shall comply with all sub -sections of this section. 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 All existing traffic striping, curb paint, and pavement markings shall be replaced -in -kind unless otherwise shown on the signing and striping plans in Appendix A. For all pavement striping and markings not included in Appendix A, the Contractor shall complete a full inventory of the existing pavement striping and markings prior to removal. Contractor's inventory shall be used for all pavement striping and markings to be replaced -in -kind. Page SP 14 of 19 The Contractor shall remove all existing traffic striping and pavement markings by grinding. Other methods such as sandblasting will not be allowed. Temporary painted striping shall be placed within 24 hours of removal. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be lane marking paint applied at 15 mil in one coat, as soon as possible and within 24 hours after the slurry seal has been placed. The width of the temporary lane line stripes shall be one-half the width of the permanent final stripes. Temporary crosswalks, turn arrows, and stop bars stripes shall be full width and shall be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" stripes shall also be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" will not be accepted as temporary striping. Temporary half -width lane line stripes on Old Ford Rd, Newport Hills Dr E, and Newport Hills Dr W shall not be placed until cat -tracking is approved by the Engineer. Parking lot striping shall not be placed until cat -tracking is approved by the Engineer. Existing thermoplastic striping shall be removed prior to the application of slurry seal. Temporary painted striping shall be placed within 24 hours of removal. 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 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. Page SP 15 of 19 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, they shall re-stripe/replace such work items at no cost to the City. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior to application of thermoplastic striping. The primer shall be formulated for the intended application. The concrete surface shall be roughened along the thermoplastic striping. The width of the roughened concrete surface shall match the width of the striping. Add Section 314-4.7 —Application of Preformed Green Thermoplastic Markings 314-4.7 Application of Preformed Green Thermoplastic Markings Install preformed green thermoplastic markings per manufacturer's recommendations. 314-5 PAVEMENT MARKERS 314-5.1 General Raised pavement markers shall not be placed until the finish course pavement or slurry seal has been in place for at least 10 days but not later than 15 days. Add Section 315 — TRAFFIC SIGN INSTALLATION SECTION 315 - TRAFFIC SIGN INSTALLATION Location of traffic signs shown on plans is approximate and shall be approved by the City prior to installation. Signs shall be installed at a clear height of seven feet at minimum unless otherwise shown on plans. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Anti -seize lubricant shall be applied to hardware/fasteners prior to installation. Refer to CNB DWG 924 for typical sign installation. Signs shall be reinstalled within 72 hours of removal. Regulatory signs, including but not limited to "STOP", "YIELD", Lane Designation and/or "No Parking" signs, shall be installed on barricades and placed where the removed sign was installed. Contractor shall maintain the temporary sign(s) until the sign(s) are reinstalled. Temporary "No Page SP16of19 Parking" signs, printed with specific information regarding the no parking zone, may temporarily replace removed "No Parking" signs. PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-1 GENERAL A minimum of two sets of door hanger notifications are required for this project. The City will provide all door hanger notices. Contractor shall distribute construction notices to residents and businesses within 500 feet of the project. The first notification shall be distributed ten (10) working days prior to starting any striping removal, weed killing, or crack sealing work. The second notification shall be distributed forty-eight (48) hours prior to the application of slurry seal. This notice shall clearly indicate specific dates in the space provided on the notices when construction operations will occur for each street. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification. 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. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. 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. Signs that are not verified by the police department will not be enforceable. The City reserves the right to require the Contractor to laminate or cover signs with a transparent plastic bag or sleeve if they are not enforceable due to damage caused by the environment. 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. The Contractor may furnish their own "NO PARKING -TOW AWAY" signs if given written approval by the City's Engineer. Samples of Contractor -furnished signs shall be provided to the City if requested during the approval process. Page SP 17 of 19 600-3 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 all establishments whose access will be impacted by construction operations, particularly sidewalk construction. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, 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 the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. 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. The Contractor will be allowed to close one alley or street at a time to complete the work. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as loss of street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 6. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the Page SP18of19 closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 7. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure. 8. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. Page SP 19 of 19 PROJECT LOCATIONS U) z w JOHN WAYNE /Q A IMADT 4 VICINITY MAP NOT TO SCALE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SLURRY SEAL PROGRAM FY 2024-25 REVIEWED BY: C�� -�1421�-- PRINCIPAL OIL ENGINEER ANDY TRAN, R.C.E. 63670 ATE PROJECT NO. SHEET 02 20 2025 25RO4 1 OF 11 RAWN TDP C-9717-1 I R-7046-L NEWPORT HILLS DR W f d U STANHOPE IR -f PORT HEMLEY CIR y Zm N 0 apc V V� NOTE: SEE SPECIAL PROVISIONS SECTION HARBOR VIEW, NEWPORT HILLS 6-1.1 FOR SPECIAL SCHEDULING AND COORDINATION & S EAW I N D LIMITS OF SLURRY SEAL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SLURRY SEAL PROGRAM FY 2024-25 REVIEWED BY: `s PRINCIPAL OIL ENGINEER ANDY TRAN, R.C.E. 63670 ° DATE PROJECT NO. SHEET a 02/20/2025 25R04 2 OF ll DRAWN TDP C-9717-1 R-7046—L 3 �I LITTLE RIVER CIR TWINC LAKES CIR LIMITS OF SLURRY SEAL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SLURRY SEAL PROGRAM FY 2024-25 OR f U) z REVIEWED BY: ��- U PRINCIPAL gfh ENGINEER ANDY TRAN, R.C.E. 63670 DATE PROJECT NO. SHEET m 02/20/2025 25RO4 3 OF 11 DRAWN TDP C-9717-1 R-7046-L 3 uo gP IN PACIFIC VIEW NOTE: SEE SPECIAL PROVISIONS SECTION 6-1.1 FOR SPECIAL SCHEDULING AND COORDINATION LIMITS OF SLURRY SEAL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SLURRY SEAL PROGRAM FY 2024-25 HARBOR DAY SCHOOL RD Ai23No. 9 Exp. 06-30-25y REVIEWED BY: `s PRINCIPAL OWIL ENGINEER ANDY TRAN, R.C.E. 63670 ° DATE PROJECT NO. SHEETCL 02/20/2025 25R04 4 OF 11 DRAWN TDP C-9717-1 R-7046—L SEE NOTE 911 FORD RD = (SEE SHEET 2) !I" NHDE BONITA CANYON SPORTS PARK PARKING LOT 1 SEE NOTE N 12 12 FORD RD �c (SEE SHEET 2) Q ..� U h.. co o SAN MIGUEL DR �4,&Essla�ygC o A. JOroms o NOTE: REPLACE EXISTING ADA SIGN BONITA CANYON SPORTS PARK AT PARKING LOT2I) WITOH R-99C (CA)TOTAL PARKING LOT 2 a N AND VAN ACCESSIBLE R7-86 No. 9472o Exp. 06-30-25 i LIMITS OF SEAL COATING s?9T�n NIL,��R�~� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SLURRY SEAL PROGRAM FY 2024-25 REVIEWED BY: PRINCIPAL IL ENGINEER ANDY TRAN, R.C.E. 63670 DATE PROJEC I NU. SHEE I a 02/20/2025 25R04 5 OF 11 DRAWN TDP C-9717-1 R-7046-L FORD RD (SEE SHEET 2) BONITA CANYON SPORTS PARK PARKING LOT 3 NOTE: REPLACE EXISTING ADA SIGN (1 TOTAL) WITH R-99C (CA) AND VAN ACCESSIBLE R7-813 LIMITS OF SEAL COATING CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SLURRY SEAL PROGRAM FY 2024-25 - t_, A. 3o' � 92 No. 94723 Exp. 06-30-25/ REVIEWED BY: PRINCIPAL OVIL ENGINEER ANDY TRAN, R.C.E. 63670 ° DATE PROJECT NO. SHEET 3 02/20/2025 25R04 6 OF 11 DRAWN TDP C-9717-1 R-7046-L SEE NOTE (SEE SHEET 2) PORT PROVENCE PL (SEE SHEET 2) PORT BARMOLITH PL BUFFALO HILLS PARK PARKING LOTS NOTE: REPLACE EXISTING ADA SIGN (1 EACH LOT) WITH R-99C (CA) AND VAN ACCESSIBLE R7-813 LIMITS OF SEAL COATING CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SLURRY SEAL PROGRAM FY 2024-25 SCALE: NTS w N O O �. ZO O / I O rn SEE NOTE A. ,o��' 92 14.194723 Exp. 06-30-25/ ����kwde REVIEWED BY: N PRINCIPAL g4lL ENGINEER ANDY TRAIN, R.C.E. 63670 DATE PROJECT NO. SHEET m 02/20/2025 25R04 7 OF 11 DRAWN TDP C-9717-1 R-7046—Lk 3 wIll"I'll"'Ipw ';A SEE NOTE r r) J W 0 5 Z Q SAN MIGUEL PARK PARKING LOT NOTE: REPLACE EXISTING ADA SIGN (1 TOTAL) WITH R-99C (CA) AND VAN ACCESSIBLE R7-88 LIMITS OF SEAL COATING CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SLURRY SEAL PROGRAM FY 2024-25 3 i w A L A. �0�� P7243 No9 Exp. 06-30-25/ REVIEWED BY: PRINCIPAL g4lL ENGINEER ANDY TRAN, R.C.E. 63670 ° DATE PROJECT N0. SHEET 02/20/2025 25RO4 8 OF 11 DRAWN TDP C-9717-1 R-7046-L 3 SAN JOAQUIN HILLS RD SEE NOTE CANYON WATCH PARK PARKING LOT NOTE: REPLACE EXISTING ADA SIGN (1 TOTAL) WITH R-99C (CA) AND VAN ACCESSIBLE R7-8B LIMITS OF SEAL COATING CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SLURRY SEAL PROGRAM FY 2024-25 A Jo L �yc o y N0. 94723 o Exp. 06-30-25 i s�qT� FIV CA N REVIEWED BY: a PRINCIPAL gOIL ENGINEER ANDY TRAN, R.C.E. 63670 ° DATE PROJECT NO. SHEET 02/20/2025 25RO4 9 OF 11 DRAWN TDP C-9717-1 R-7046—L HARBOR VIEW NATURE TRAIL LIMITS OF SEAL COATING CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SLURRY SEAL PROGRAM FY 2024-25 No. 94723 Exp. 06-30-25 / REVIEWED BY: PRINCIPAL ZVVIL ENGINEER ANDY TRAN, R.C.E. 63670 ° DATE PROJECT NO. SHEET 02/20/2025 25R04 10 OF 11 DRAWN TDP C-9717-1 R-7046-L 3 1'-0" V121-0flv DIRECTION OF TRAVEL YIELD LINE LAYOUT NOTE: MARKINGS SHALL BE WHITE THERMOPLASTIC PAINT. = Z a C) � H Q cf) o Lu �- BASE: 21-011 o= CONTINENTAL CROSSWALK DETAIL NOTE: GAPS SHOULD BE PLACED IN A WHEEL PATH OF TRAVEL IF POSSIBLE. NOTE: MARKINGS SHALL BE WHITE THERMOPLASTIC PAINT. AT CROSSWALKS NEAR SCHOOLS, MARKINGS SHALL BE YELLOW THERMOPLASTIC PAINT. 4ROFEssroN A JO No. 94723 YIELD & CROSSWALK DETAILS Exp. 06-30-25 sTq� crvtL�og� CITY OF NEWPORT BEACH REVIEWED BY: PUBLIC WORKS DEPARTMENT SENIOR I N R SLURRY SEAL PROGRAM ERIC LO , R.0 60232 DATE PROJECT NO. SHEET 02/20/2025 25R04 11 OF 11 FY 2024-25 DRAWN TD P C-9717-1 R-7046-L } J w a 'ia 2 Z � O a w a e o LU S g U - o p Z! F- 4 LLJ � Z F-i i 3 - i - ❑ jw Z ZO ¢ g U •- U F-wga s� €o Z Q ° El 00000 9 Z $Y� 5 �•wo �o P�•Y m F? �"�� w� � o =Ys Asow oars" �_ CEI W g Wdi FAA ti S€ g$o a Zia' o-ae�� q gym a IS 4H pe 3 Eo= Lu jGERA a3 M, 3 2a', 6a a � Z 1 N I 8a"og egg a s m 'e y H a2�3i ulo -F 4u 2 iow k W = 'sji y �m�p gpGp!�LL dg a5� y AM L Y o Z Cf) J a O 5�`ea qx$W yyoboEi O 8g $o o91 6r 6 z w o n _ m s pg =$ O 0 ElB o =moo¢ CD O $ U OQOLL � ao L431 M013e 33S 3N11 HO1VW 19,L1 .949 ,11 ,i m —31 W II �" nIIIIllppppne_ o �� W 0 1 $p5 a� n' a y g n 15 �w� iz EN aE;= s sw° ohs F!gig mm .- <a 6 y n e o B ma 'S d zA g]zA a a o o 6 H V x mB Is b � ' FF, FF FF �g g 0000000E o B o 6 i a ao D mis � 's J i u h ° ° €� V R� � H ° Rx P� p4 r rr 0000000E � m I U I I s " 9 33S a I z' 1333NMOH31tlW a 91' ms .Q a 1 4 8 1 I � , 0 1 § y a am O $ K I =z,, NOW Lu a m = 6 9= _ m 3 3�cmm 6d mo e7 " . G e z wC o 4 m s o0 goo 0 000 oBE — o-[ z 21 ff] E 0 El T) 0 ff] [] I I !^ w 5 5 LL hQ zi fi n ALL FF FF FF F�� =W yy Eae� o� x u a a�em� aG€¢6 gm Nfi Edo a6w" b m -�€e ;eS�= �E �G 9^�mmo NK fie ' � 5 1 �< of WOO ing 0 8m� m "' 8 FF `<ES�G 612,1.. B. @� m6yy"y�� 3R-.5- o B o = 9 Z 8�ma" � sma 189g! =mm sa GyG�€m m� .E,mg��"a l �q'q� �m€d 5J!m ag� R3 is �eF��a .'djI-aBy o3=; �to m � g^ 8"mF �gPs ha FE_ :9 ., MM11� " 6 m :n L 8 sL/UL/LO eN/ w^�\•I•°'Is we\��\l^'e� ' Y I� a� b Z❑ d UQ d H0 Q/ Q0 in Q _ F-(r 0 O o 1 W H � i p _ 95T4 0 A oa O 4 4 ^ s� ® I I V " i I w Ois = filA V �a- .ezl.zl,ll 41 a-4 4 i 40 0 41 +1 W n ffi o0 goo x poo 0 0 W to w J m r o" unoo 000mooho g ¢ga o WN... ¢ is . CL �y¢ Inrc 0 G��m oepawl � _���Ee"gWN EWE w xm`rfin o w Asa ` Ela'1 ge ;sag„m_"'� 3" spa �= , w "o"=z n N Gai a gym€ s €i m! �=�"€a ��w .SH 6 000000000ao w W Z w 0 U O m J $ W U a. n U €l\ 3 of q s � m � m 444 f - haw o F r € � a V 9 9 Z O ccl a. J n J p PN E59 99 a s sE s 's E gg „ sa F s i� is so a R2 Foi v'tox� - W./m erow mx ,mowcp m\v wn\mNw cuwrs a s+ds u - _ r N N $ 3 U �O J E ' �0 o g Za= = F 'ia x 8 ,� a s t_Li U i Lll u s i v 0Q L m �F Z E- f/1 J U o 4 S a o in D W px a a CO d LL 5 0 U Z V a Z ;u Za W$ o tios=t�o� o p P; W � �q �zy Q•` �� \ a � OF Z U ❑ ❑❑ F-1 '\ 1-u w 10 •, 4, /'// "/. I\; L wwS� 1 r�Sam3 n^C9Na(]o Mill! —31P god 3JV7d N88oa3HV 1� I a. 1 Ij F. Nd Iwl! I 3J97d a f Jiak97 aaod $ 1 II/ • III I'� I, - x c s b awci .most - sz/oz/zo wvu -.nm ene��s one ane\•�••ns Ine\m�\(�^� �') �onrWurvlu\aen�s\w.ed�•n•n\�i � � E U K F tv a z gaa 66-- O � au) � w w (Zo MATCH LINE N j d jL SEE BOTTOM LEFT N z 3 a ,1 O II(II IIII � N � J Ol N U Ec° 5 p � u I A gym B®@ I I J 4 m I .ZL I ,LL � I F I � m I $ 1 g $il I � 44 o w a a t .a —I I F vii s g u aI l °o. o a a a N a a 1HOIN dOl 335 3Nn HO1W1 $EC €ix dig¢. 9,.d ;px �o$gn €em s « z Zo su rz\c� xi gS�u a gse@ng� ��� asaacs.oe ��� FB _ w SLo 9= 6m< a �'oo4ac°es �Y14 �5 1Q z gNry m, €E« s N 3 FBINg:o Yg�� ¢ a xsg a92 nAz dg 6..ygt -'iWOW Zu °'P r r U MATCH LINE SEE BOTTOM LEFT ;_Jt��j 37DWO lss MATCH UNE SEE SHEET 9 � t pt l\ C� I I / €l / 1¢ I � � / sand STm p0byar xrs / <j J m / � o z a� • PI 0 S / LTJIB d i 33S 3Nn HOWN pG� : _Z_ m W U �U N Lu o ¢ w u W V dw>Paz W ~ 0a' Y g m c V (�¢Ow Z�Wrco m °- }w o EL y °2z v a f0 00 V < € y iSg $ i 00000 o g R 0 z w w J z J g " H " " " J � W O " u � co 10 �� I o 0 " LU Q 6 0 o � (q W zw wp m : - Y 0 O It ° 6 Z I� e 2 5 x El O cr I' Z Z s o B a W W Gil- �<m£ g z a ° c I Ila 'rl z �