Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
All American Asphalt - 2025-06-03
RECEIVED BY: CITY CLERK RECEIPT COPY i .\ Return DUPLICATE to City Clerk's Office (Name) 1 after signing/dating jh1 «/ ) \ (Date) I• CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: 10/I Si25 SUBJECT: Bond Acceptance I have received the bonds for Alt f1l`�1F r h4 H (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. + ,,.7T1 Warranty or Maintenance BcQnd Ns). U`. L/0L/ TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No.Other 0�6 Y �t,,�" D4 S11((11 t 0 -,LA rt ��._ h CY P,4 t 4 - Al Re: Tract No. Approved (Council Approval Date) CC No. 11-(4 Agenda Item No. I �j �5 I) MSC No. City Clerk Vault No. �y L1 b O. ,S C Other No. SIRE System ID No. I1 D) 151 g:/forms/bond transmittal to treasurer FB CITY OF HUNTINGTON BEACH To: THOSE LISTED HEREON From: Eduardo Okamoto-Cerda, Senior Civil Engineer (Public Works Department) Date: October 10, 2025 Subject: Retention Release Payment— PO #32706-OJ, Supplier#18176, Co. #1247 [17th Street Arterial Rehabilitation, CC1771] Contractor's Name: All American Asphalt Address: 400 East Sixth Street City, State and Zip Code: Corona, CA 92882 Phone Number: (951) 736-7600 City Business License Number: 267073 Notice of Completion (Date by City Clerk): 09/23/2025 The conformed copy of the Notice of Completion for the above contract has been filed. The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the retention payment is recommended so longas no stopnotices or outstandinginvoices are on file with the City. I certify that no stop notices are on file. ki-4( —Chau u, Director of Public Works I certify that there are no outstanding invoices on file. / Date Joyce Zac , Deputy City Treasurer I certify that no stopnotices are on file, and that a guaranty bond has been filed with the City Clerk's Office. lol15 2oz� wV1 Date Lisa Lane Barnes, City Clerk /%sas . Attachments 1. Notice of Completion 2. Maintenance Bond 3. Certificate of Compliance with Prevailing Wage Laws 4. Contractor's Certificate Employment Opportunity 5. Certificate of Compliance with Title VII of the Civil Rights Act and Equal p y ment Act of 1972 6. Consent for Release letter from the Surety Company Office: (714)536—5431 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Recorded in Official Records,Orange County Hugh Nguyen,Clerk-Recorder 11111111111111111111111111 F �� NO FEE • * $ R 0 0 1 5 8 0 9 0 6 3 $ PLEASE COMPLETE THiS INFORMATION 2025000260855 09:23 am 09/23/25 RECORDING REQUESTED BY; 4$6 NCOUNTY5 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00.0,00 0.00 • WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT Attn:Eduardo Okamoto-Cerda P.O.Box 190--2000 Main'Street 'Huntington Beach,CA 92648 • THIS SPACE FOR RECORDER'S USE ONLY 'TITLE OF DOCUMENT NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach,owner in fee,2000 Main Street,HGntington.Beach,CA 92648,that the contract heretofore awarded to All American Asphalt,.who was.the company thereon for doing the'foilowing Work to-wit: 17TH STREET'ARTERIAL REHABILITATION,PROJECT#CC-1771 That said work was completed 9/17/2025 by said company according t6 plans and specifications and to the satisfaction.0 the,City Engineer of the.dlty of Huntington Beath and that.said work'Was accepted by the Director of'Pubiic Works•on 9/17/2025,per City Council Resolution No.2003-70 adopted October 6,2003. That upon said contract Fidelity and Deposit Company of Maryland,was surety for the bond given by the said company as required' by law. This document Is solely for the official business of the City of Huntington Beach,as contemplated under Government Code Section 27383 and should be recorded free of charge. • Director of Public Works or City Engine r Date City of Huntington Beach,.Caiiforrila Chau L.Vu STATE OF CALIFORNIA) County of Orange )ss; City of Huntington Beach. I,the undersigned,say,:I am an Agent of the City of Huntington Beach,owner in fee,lb the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION'and know the contents thereof;the same is true army knowledge, I declare under penalty of perjury that the foregoing is true and correct,and that said NOTICE.OF COMPLETION was duly and. regularly ordered to be recorded In the.Office Of the County Recorder of Orange County, This document is solely the official business of • q� the City Of Huntington Beach,as Contemplated • under Government code section 27383 and •Director of Public Works or City Engineer Dat should be recorded free of charge. City of Huntington Beach.'California 'Chau L.Vu THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (AdditIonal recording fee applies) Bond No.: 7674047 Premium is included in the performance bond t Executed in: 2 Counterparts MAINTENANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: That All American Asphalt 400 East Sixth Street, Corona, CA 92879 (Contractor's Name and Address) as Principal (hereinafter called"Contractor") Fidelity annd)Deposit Company of Maryland 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 (Surety's Name and Address) a corporation organized and existing under the laws of the State of Illinois with its principal office in the City of Schaumburg as Surety (hereinafter called "Surety"), are held firmly bound unto CITY OF HUNTINGTON BEACH as Obligee(hereinafter called"Owner"), in the amount of One Million Five Hundred Ninety Five Thousand Four Hundred Four and66/100 Dollars ($ 1,595,404.66 ), equivalent to the entire contract amount including all orders,for the payment whereof Contractor and Surety bind themselves,their heirs, executors, administrators, successors,and assigns,jointly and severally, firmly by these presents, WHEREAS, Surety is a duly admitted surety insurer under the laws of the State of California; and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and able to provide proof of bonding limitation shown in said circular is sufficient to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's, Standard& Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance; and Contractor has by written agreement dated ,20_, entered into a contract with Owner for the 17th Street Arterial Rehabilitation, CC-1.771 in accordance with drawings and specifications prepared by which contract is by reference made a part hereof(hereinafter referred to as the Contract); and The Contract provides that the principal will guarantee, for a period of one year, the work performed as part of the Contract from and against all defects in materials and workmanship; and The Contract also provides that the Contractor shall secure Contractor's obligations during the one-year period with a bond executed by a surety duly admitted in the state of California; and The Contract has been completed, and the Owner, Contractor and Surety agree that the commencement date for this Guarantee and Bond shall be June 20 , 2025 , NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT, is such that if Contractor shall, for a period of one year from and after the date of completion and acceptance of the Contract by Owner, repair and/or replace any and all defects arising in the Work, whether resulting from defective materials or defective workmanship, then this obligation shall be null and void; otherwise it will remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be,and declared by Owner to be in default under the Contract,the Surety shall, within thirty (30)days following Owner's written notice of default, either: (a) remedy the default, or(b) shall promptly complete the Contract in accordance with its terms and conditions. Surety shall save the Owner harmless from any claims,judgments liens or losses arising from the Surety's failure to either remedy the default or to complete the Contract in accordance with its terms and conditions in a timely manner. 15-4584/118138 Page 1 of 2 • Whenever the Principal shall be, and declared by the Owner to be in default under the Contract,which shall include without limitation, any breach or default of the Contract, then, after written notice from the Owner to the Surety, as provided for below, the Surety shall either: (a) remedy the default or breach by the Principal; or(b) shall promptly and faithfully take charge of the Work and complete the Work in accordance with the requirements of the Contract with a contractor other than the Principal, at its own expense, and make available as work progresses sufficient funds to pay the cost of completion less the unpaid balance of the Contract including other costs and damages for which the surety may be liable hereunder, provided, however, that the procedure by which the Surety undertakes to discharge its obligations under this Bond shall be subject to the advance written approval of the Owner. Within thirty (30) days after Surety's receipt of a written notice from Owner of the failure of performance of the Contract by the Principal, it shall be the duty of the Surety to give to the Owner a notice, in writing, of the Surety's election to (a) remedy the default(s) of the Principal promptly, or(b) arrange for performance of the Contract promptly by a contractor other than the Principal, time being of essence to this Bond. In said Notice of Election, the Surety shall state the date of commencement of its cure or remedy of the Principal's default(s) or its performance of the Contract. The Surety's obligations for cure or remedy, include but are not limited to: correction of defective work and completion of the Contract, additional legal, design professional and delay costs arising from Surety's actions or failure to act; and liquidated damages (or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non- performance by the Principal). The Surety shall give prompt written notice to the Owner upon completion of the cure or remedy of the Principal's default(s)of its performance of the Contract. If the Surety does issue its Notice of Election and does not proceed to cure or remedy the Principal's default(s) of its performance of the Work within thirty (30)days after receipt of a written notice from Owner, Surety shall be deemed to be in default on this bond, and the Owner shall be entitled to enforce any remedy available to Owner. No right of action shall accrue on this bond to or for the use of any person or corporation other than the owner named herein or the successors of Owner. Signed and sealed this 22nd day of September 20 25 . Principle Raised Corporate Seal All American Asphalt [MUST BE AFFIXED] (Contractor Name) By: (Seal) Principle Raised Corporate Seal T JCcritni t per(tc\d1T [MUST BE AFFIXED] (Title) Fidelity and Deposit Company of Maryland (Surety Name) By: eal) Rebecca Haas-Bates,Attorney-in-Fact APPROVED,E S TO FORM: • By: L . A . -- Michael J. Vigliotta;City Attorney NOTES: 1. Acknowledgments must be completed and returned as part of the bond. 2. Raised Corporate Seal are mandatory. 3. Please attach Power of Attorney. 15-4584/118138 Page 2 of 2 MAINTENANCE BOND CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached.and not the tnithfitlness.accuracy.or validity of that document. State of California County of Riverside On September 24,2025 before me, Kimberly Deiro,Notary Public , Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(&fof Slgner�f 7 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ace subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her-sif authorized capacity(ies), and that by his/her/their r2646• fti KIMBERLY DEIR0 signature(s)on the instrument the person(s), or the entity upon behalf 416"61.416a' ,t1 Notary Public California of which the person(s)acted,executed the instrument. z W;y-tt�.;�12.1 Riverside County s; Y; f Commission k 2491436 I certify.under PENALTY OF PERJURY under the laws of the State of `6% M Comm.Expires May27,2028 ���Fo•" y p California that the forgoing paragraph is true and correct. WITNESS my hand and official seal. (� Signature ` W \ Place Notary Seal Above Slature of otary Public OPTIONAL C[[CCCJ�JJJJ Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Maintenance Bond-City of Huntington Beach-Bond No.7674047 Document Date: September 22nd ,2025 Number of Pages: 2 Signer(s)Other Than Named Above: Rebecca Hass-Bates,Attorney-in-Fact Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J.Carlson Signer's Name: N/A o Individual o Individual X Corporate Officer—Title(s): Vice President o Corporate Officer—Title(s): N/A o Partner D o Limited o General ❑Partner 0 o Limited o General RIGHT THUMBPRINT RIGHT THUMBPRINT o Attorney in Fact OF SIGNER ❑Attorney in Fact OF SIGNER Top of thumb here Top of thumb here ❑Trustee _ o Trustee ❑Other: o Other: N/A Signer is Representing: Signer is Representing: N/A All American As.halt • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 09/22/2025 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Namej►,of Signer?'* who proved to me on the basis of satisfactory evidence to be the person* whose name(. is/are subscribed to the within instrument and acknowledged to me that he/she/they[ executed the same in Ns/her/their authorized capacity(ies),and that by hie/her/their signatureZ.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. ry KAREN HERNANDEZ f Notary Notary Public-Califorhia orange County Signature Commission M 2390908 Signature of Notary Public LI•pR� My Comm.Expires Jan 16,2026 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Maintenance Bond No.7674047 Document Date: 09/22/2025 Number of Pages: Two(2) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑General ❑ Partner — ❑Limited ❑General ❑Individual GdAttorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 22nd day of September , 2025 . Nryggp, "`dUuuu"gpCO'p��0, �asualtya i, �d` N INSL ss,:05 mp ' El° r‘o `n o c 11; SEAL _ate_ i SEAL ;'- T.: SEAL iv. Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfclaims@zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint William SYRKIN,Richard ADAIR,Rebecca HAAS-BATES of Irvine,California„its true and lawful agent and Attorney- in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8, of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 7th day of January A.D.2025. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Ij ,`"n 1hhh1 q, "`"1`IINSU ' ` ,„, /� Lasall , ``` . ''' `` sit C( t/Uu t J =ci SEALm10= _� �SEAL�!K = ieSEALm1E14 By:Christopher Nolan ;oj•.......... �o°`; N'e'i K` , .,8.so •oo; Vice President "'„ °' ,,,E ;°w,,,``O „` By.• Dawn E.Brown Secretary State of Maryland County of Baltimore On this 7th day of January A.D. 2025, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies; to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. oiE�E•M�,,, �e uo„$: ( u2vIEU2 wi 11.4.-C'i— ''a't'caifi g. Genevieve M.Maison Notary Public My Commission Expire January 27,2029 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 • CERT IFICATION OF COMPLIANCE WITH PREVAILING WAGE LAWS To: City of Huntington Beach Department of Public Works 2000 Main Street/ P. O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: All American Asphalt CC— 177 I Project: 17th Street Arterial Rehabilitation CC-1771 Project The undersigned contractor on the above- referenced project ("Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit requirements specified for each particular classification of work, as set forth in the wage- rate determinations of the State of California, Department of Industrial Relations, and/ or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this JC( day of �"C�p 1c r l , 20 25 , at COr Q , California. I (Contractor Name) l_ � (�Cor19(f, VIOL Pre ci e�.-{- APPROVED AS TO FORM Michael J. Vigliotta City Attorney r - CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the tntthfiriness accuracy.or validity of that document State of California County of Riverside On September 24, 2025 before me, Kimberly Deiro,Notary Public , Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name.14 of Signerlar f who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/theif authorized capacity(ies), and that by his/Jaer/their r.y KIMBERLY DEIRO signature(s)on the instrument the person(s), or the entity upon behalf `; 5, Notary Public•California of which the person(s)acted,executed the instrument. f, $ , Riverside County W• ICommissions 27,6 I certify under PENALTY OF PERJURY under the laws of the State of °�iirO0 'My Comm.Expires May 2028 I _ _ _ _ California that the forgoing paragraph is true and correct. WITNESS my hand and official seal ` r\ Signature c\ � c)k\ \_ �+✓ Place Notary Seal Above Sign .,re of Notary Public OPTIONAL `I Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Prevailing Wage Certification of Compliance-City of Huntington Beach Document Date: September 24th,2025 Number of Pages: 1 Signer(s)Other Than Named Above: N/A Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J.Carlson Signer's Name: N/A ❑ Individual ❑ Individual x Corporate Officer—Title(s): Vice President o Corporate Officer—Title(s): N/A o Partner❑ a Limited o General ❑Partner❑ ❑Limited o General RIGHT THUMBPRINT RIGHT THUMBPRINT o Attorney in Fact OF SIGNER ❑Attorney in Fact OF SIGNER ID Trustee Top of thumb here Top of thumb here ❑Trustee o Other: ❑Other: N/A Signer is Representing: Signer is Representing: N/A All American As•halt CONTRACTOR' S CERTIFICATE Edward J Carlson , state and certify that: (Name of Declarant) 1. All American Asphalt is the general contractor to the City of Huntington Beach (" City") on Contract No. CC-1771 (the "Contract") for the construction of the public work of improvement entitled: - 17th Street Arterial Rehabilitation CC-1771 Project (the "Project"). 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). 3. Except for the claims listed below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed at Corona, CA on this 2.( ( day of SC? 20 25 (Signature of Declarant) ua'-Z T CArtSon,v i c,t PrSiecrj- APPROVED AS TO FORM Michael-J. Vigliotta City Attorney • CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached.and not the tnrthfitlness_accuracy_or validity of that document. State of California County of Riverside On September 24, 2025 before me, Kimberly Deiro,Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Nam f.14 of Signer(,( 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/14e4thei4 authorized capacity(ies), and that by his/ther/t#aeir KIMBERLY DEIRO .�� 'M signature(s)on the instrument the person(s), or the entity upon behalf 4:AWk t, Notary Public-California Riverside County of which the person(s)acted,executed the instrument. iZ,.q. Commission if 2491436 `+"•••" My Comm.Expires May 27,2028 I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my hand and official seal. Signature Ih i m0 w4st , \ L�1S11 Place Notary Seal Above Sig re of Notary Public OPTIONAL JJJJJJ Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Contractor's Certificate-City of Huntington Beach Document Date: September 24th,2025 Number of Pages: 1 Signer(s)Other Than Named Above: N/A Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: N/A ❑ Individual ❑ Individual X Corporate Officer—Title(s): Vice President ❑Corporate Officer—Title(s): N/A o Partner❑ o Limited o General a Partner❑ ❑Limited o General R!'HTT �r.ierei�iT Pi,HTTHurjEFF,!NT ❑Attorney in Fact OF SIGNFR ❑Attorney in Fact OF SIC;NFR Top of thumb here Top of thumb here ❑Trustee ❑Trustee ❑Other: ❑Other: N/A Signer is Representing: Signer is Representing: N/A All American As•halt r CERTIFICATION OF COMPLIANCE WITH TITLE VII OF THE CIVIL RIGHTS ACT AND EQUAL EMPLOYMENT OPPORTUNITY ACT OF 1972 To: City of Huntington Beach Department of Public Works 2000 Main Street/ P. O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: All American Asphalt £G-177 Project: 17th Street Arterial Rehabilitation CC-1771 Project The undersigned contractor on the above- referenced project (" Project") hereby certifies that it has complied with title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this 2�` day ofc? 7 , 20 25 , at Corona , California. ( ontractor Name) Awo.- J Carlson, Vic. presi644-4 APPROVED AS TO FORM 1 )\ 1�� i a Michael J. Vigliotta City Attorney CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached.and not the tmthfitlness accuracy.or validity of that document. State of California County of Riverside On September 24, 2025 before me, Kimberly Deiro,Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name‘corOf Signer who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hef/theif authorized capacity(ies), and that by his/hef/their RL signature(s)on the instrument the person(s), or the entity upon behalf Alh Notary Public California of which the person(s)acted,executed the instrument. filir�'= Riverside County .- Commission#2491436I certify under PENALTY OF PERJURY under the laws of the State of tMy Comm.Expires May 27,2028 California that the forgoing paragraph is true and correct. WITNESS my hand and official seal. Signature 111.),mb� 9 Q c) Place Notary Seal Above gna of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Equal Opportounity Certification of Compliance-City of Huntington Beach Document Date: September 24th,2025 Number of Pages: 1 Signer(s)Other Than Named Above: N/A Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J.Carlson Signer's Name: N/A o Individual o Individual X Corporate Officer—Title(s): Vice President ❑Corporate Officer—Title(s): N/A o Partner❑ a Limited o General ❑ Partner❑ ❑Limited a General _ilI�,.... •, RIGHT THUMBPRINT ❑Attorney in Fact OF SIGNER ❑Attorney in Fact OF SIGNFR o Trustee Top of thumb here Top of thumb here ❑Trustee ❑Other: ❑Other: N/A Signer is Representing: Signer is Representing: N/A All American As.halt • • • Bond No.7674047 Executed in 2 Counterparts OWNER CONSENT OF SURETY ARCHITECT TO FINAL PAYMENT CONTRACTOR Conforms with the American Institute of SURETY ❑X Architects,AIA Document G707 OTHER TO OWNER: ARCHITECT'S PROJECT NO.: N/A (Name and address) City of Huntington Beach 2000 Main Street CONTRACT FOR:CC-1771 Huntington Beach,CA 92648 PROJECT: CONTRACT DATED:N/A (Name and address) 17th Street Arterial Rehabilitation In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Surety) Fidelity and Deposit Company of Maryland 777 S.Figueroa Street,Suite 3900 Los Angeles,CA 90017 ,SURETY, on bond of (Insert name and address of Contractor) All American Asphalt 400 East Sixth Street Corona,CA 92879 ,CONTRACTOR, hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) City of Huntington Beach 2000 Main Street Huntington Beach,CA 92648 ,OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: September 22,2025 (Insert in writing the month followed by the numeric date and year.) Fidelity and Deposit Company of Maryland (Surety) 'PtfACIP et., Q• Attest: (Signature of authorized representative) Rebecca Haas-Bates,Attorney-in-Fact (Printed name and title) S-2134/GE 10/01 XDP • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 09/22/2025 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Name(' .of Signer. who proved to me on the basis of satisfactory evidence to be the person* whose name(. is/are subscribed to the within instrument and acknowledged to me that fie.,/she/they executed the same in flfs/her/their authorized capacityes),and that by hie/her/their signatureN.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. AUAA ozNANDEZ / Notary PublicENHER California / `� _ Orange County Commission X 2390906 Signature "''\My Comm.Expires Jan 16,2026 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Consent of Surety Bond No.7674047 Document Date: 09/22/2025 Number of Pages: One(1) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): El Corporate Officer — Title(s): ❑ Partner — ❑ Limited El General ❑ Partner — El Limited ❑General ❑Individual 1V Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee 0 Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: 0 Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 II , EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 22nd day of September , 2025 . , .`` \I,,,,,,I „��\ ,,.,,,' , J nasuatty ,, `,`,t ms . sd Com G •• dn0 GPI;.«..NLAgt,'i,,' .��p0,........Oo.' :,'0+'Q,POa� J'o'' ���.••'4p o `�O••Q,40q`••..a': r O '"9'k\P l0P 'K�.0. 'a:'O q•;', U fnt�= `�tU cn�0= •U ins *1 SEAL 1�_ _�? SEAL �_ = SEAL lv IS 3gt ia9- rt' of . �7• , VC):' !2 ✓�FJa`� \:.:e�w•' Y.,1890..QJ Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfclaims@zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint William SYRKIN,Richard ADAIR,Rebecca HAAS-BATES of Irvine,California„its true and lawful agent and Attorney- in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8, of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this'7th day of January A.D.2025. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND l�! /) ��asualtya� .,, d\GpNINSUkq,�.,.,, ��osttconp�, 01 f, 1 y— _ ��c'�.'QPO 'no''% `lt POg9`�;e,' Dq L V 1/ ai SEAL`ni�= c=i SEAL °9 c Ll SEAL gE By:Christopher Nolan °�k........ ' " ., 4.1. �, oy�..;000.••���: Vice President '",,,,,,,,,,,,,,,,,,, �, ,, n� ,,,,,r��i By: Dawn E.Brown = Secretary State of Maryland County of Baltimore On this 7th day of January A.D. 2025, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. °3`i�.. 5"1 Rrouc EC ' Genevieve M.Maison Notary Public My Commission Expire January 27,2029 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating • (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: 10 I 42S SUBJECT: Bond Acceptance I have received the bonds forPn` Amtn 01.n (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. ,,� _ Warranty or MaintenanceBond No. ( �Lpi4 TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. 1 Other OU r `g UT 5 V1( Ib k'-. .,144 cl� ..11 a2- `PA k I Re: Tract No. Approved (1 /.2 5 (Council Approval Date) CC No. 1� No. I $ MSC No. City Clerk Vault No. UDC,. 50 Other No. SIRE System ID No. F01 Sj g:/forms/bond transmittal to treasurer Recorded in Official Records,Orange County Hugh Nguyen,Clerk-Recorder liii III III �IlFI I I IllU II lull II NO FEE • * $ R 0 0. 1 5 8 0 :9 0 6 3 .$ PLEASE COMPLETE THIS INFORMATION 2025000260855 0.9:23 am 09123/25 RECORDINGREQUESTED BY 486 NCOUNTY5 N12 1 :. 0.00 0.00 0.00 0:00 0.00.0.00 0.00 0.00.0.00 0.00 WHEN RECORDED'MAIL TO: CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT Attu:Eduardo.Okamoto-Cerda P.O.Box 190—2000 Main Street Huntington Beach,CA 92648 THIS SPACE FOR RECORDER'S USE ONLY *TITLE.OF.DOCUMENT NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the Cityof.Huntington.Beach,owner In fee.2000 Main Street,Huntington Beach,CA 92648,that the contract heretofore awarded to All American Asphalt,who was-the company thereon fir doing the:following work to-wit: 17TH STREET ARTERIAL REHABILITATION,PROJECT#CC-1771 • That said work was completed 9117/2025 by said company according to plans and specificationt.and to the satisfaction.otthe City Engineer of the.City of Huntington"Beach and that said work.was accepted by the;Director of Public Works on 9/1712025,per City Council Resolution No.2003-70 adopted October 6,2003. That upon said contract Fidelity and Deposit Company of Maryland,was surety for the bond given by the said company as required' by law. This document is solely for the official business of the City of Huntington Beach,as contemplated under Government Code Section 27383 and should be recorded free of charge. • Director.of Public Works or City Engine r , Date City of Huntington Beach,.California Chau L.Vu STATE OF CALIFORNIA) County of Orange )ss: City of Huntington Beach • I,the undersigned,say:I am an Agent of the City of Huntington Beach,owner in fee,'in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OFCOMPLETION and know the contents thereof;the same Is true of my knowledge. I declare under penalty of perjury that the foregoing,is true and correct,and that said NOTICE:OF COMPLETION was duly and. regularly ordered to be recorded in the.Office of the County Recorder of Orange County, • This document'is solely the official business of the City of Huntington Beach,as contemplated under Government code section 27383 and •Director of Public Works or City Engineer /Da should be recorded free of charae. City of Huntington Beach,California Ghau L.Vu • 'THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (AdditIonal recording fee applies) RECEIVED BY: CITY CLERK RECEIPT COPY J.-4A- Ic _ /� /�cC i ,_ Return DUPLICATE to T"�V / v` L-+�►'� City Clerk's Office (Name) after signing/dating I / /-25 (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk 10111 DATE: SUBJECT: Bond Acceptance I have received the bonds for All tryY 1 611,11, *ph i (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's)Performance Bond No. '' lE 1-14U L4 Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. - 17:,=*&12ettt" Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved (Council Approval Date) CC No. "� �t I Agenda em No. MSC No. City Clerk Vault No. OU- 50 Other No. SIRE System ID No. A g:/forms/bond transmittal to treasurer TINGt 2000 Main Street, 0 of ��� Huntington Beach,CA 92648 City of Huntington Beach APPROVED 7-0 COUNTY c, ,2� File #: 25-411 MEETING DATE: 6/3/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Eric Tello, Assistant Civil Engineer Subject: Accept the lowest responsive and responsible bid and authorize execution of a construction contract with All American Asphalt in the amount of $1,684,111.00 for the FY 24/25 Arterial Rehabilitation Project, CC-1771 Statement of Issue: On May 8, 2025, bids were publicly opened for the FY 24/25 Arterial Rehabilitation Project. City Council action is requested to award the construction contract to All American Asphalt, the lowest responsive and responsible bidder. Financial Impact: The total cost for the project is $1,952,522.10 with the breakdown as follows: Construction - Base Bid $1,684,111.00 Contingency- 10% $168,411.10 Material and Inspection Services $100,00.00 Total Project Cost $1,952,522.10 Funds for this project are available in the current fiscal budget as follows: RMRA Acct. 124790008.82300 $ 1,952,522.10 Total Funds Available $ 1,952,522.10 Recommended Action: A) Accept the lowest responsive and responsible bid submitted by All American Asphalt in the amount of$1,684,111.00 (Base Bid); and, B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City of Huntington Beach Page 1 of 3 Printed on 5/29/2025 powered by LegstarTM 448 File #: 25-411 MEETING DATE: 6/3/2025 City Attorney. Alternative Action(s): Do not approve the recommended actions, and direct staff accordingly. Analysis: This project will rehabilitate approximately a half (0.5) mile of the arterial segment on 17th Street, from Main Street to Palm Avenue. The street improvements will include installation of asphalt concrete pavement, traffic loops, updated signing and striping, limited replacement of concrete curbs, gutters, sidewalks and access ramps, and tree replacement. This street segment has been chosen per the Pavement Management Plan which lists 17th Street with a minimum existing Pavement Condition Index (PCI) rating of 42 on a scale of 0 to 100, with 100 rating being the best condition. A PCI rating of 42 reflects that the pavement is in very poor condition, warranting the rehabilitation of this segment. This project uses a sustainable paving material, Rubberized Asphalt Concrete (RAC). RAC contains crumb rubber derived from 100% California waste tire rubber, reduces tire noise, and provides a skid- resistant surface. A 2-inch layer of RAC includes over 2,000 waste tires per lane mile. This project will divert approximately 4,000 waste tires that would otherwise end up in a landfill. Bids were opened on May 8, 2025, with the following results: Bidder's Name Bid Amount All American Asphalt $1,684,111.00 DASH Construction Company, Inc. $1,707,350.00 Sequel Contractors, Inc. $1,764,340.00 R.J. NOBLE COMPANY $1,784,500.00 Vido Samarzich Inc. $1,846,110.00 Hillcrest Contracting, Inc. $1,880,066.00 Excel Paving $1,898,285.00 Hardy & Harper, Inc. $1,910,000.00 Onyx Paving Company, Inc. $2,345,000.00 Staff recommends awarding a contract to All American Asphalt in the amount of $1,684,111.00. All American Asphalt has successfully completed similar construction projects in the City, including our latest Zone Maintenance Overlay Project, CC-1812. The total project cost is estimated to be $1,952,522.10, which includes the construction contract, construction contingency, inspection, and supplemental services (soils and materials testing). Environmental Status: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15031c under Class 1 of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. City of Huntington Beach Page 2 of 3 Printed on 5/29/2025 powered by LegistarTM 449 File #: 25-411 MEETING DATE: 6/3/2025 Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Construction Contract 2. Vicinity Map 3. PowerPoint City of Huntington Beach Page 3 of 3 Printed on 5/29/2025 powered by LegistarTM 450 CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND ALL AMERICAN ASPHALT FOR 17TH STREET ARTERIAL REHABILITATION • CC-1771 THIS AGREEMENT("Agreement") is made and entered into by and between the City of Huntington Beach,a municipal corporation of the State of California,hereinafter referred to as "CITY,"and ALL AMERICAN ASPHALT ,a corporation,hereinafter referred to as"CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project,hereinafter referred to as "PROJECT,"more fully described as 17TH STREET ARTERIAL REHABILITATION, CC-1771 in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW,THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged the parties covenant and agree as follows: l. STATEMENT OF WORK:ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined)and furnish, at its own cost and expense, all labor,plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the 1 16-5195/City Funded Construction Contract.docx—revised 04/2016 prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY,and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. ACCEPTANCE 2. OF CONDITIONS OF WORK;PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms,conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed,and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by " this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents"as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY's standard Plans and Specifications and special contractual provisions,including those on file in the office of the Department of Public Works of CITY,and any revisions,amendments or addenda thereto; 2 16-5195/City Funded Construction Contract.docz—revised 04/2016 D. The edition of Standard Specifications for Public Works Construction, published by Builders'News,Inc., 10801 National Boulevard,Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee as specified in the particular Plans, Specifications,Special Provisions and Addendum applicable to the Project; E. Bid documents including the Notice Inviting Bids,the Special Instructions to Bidders and the CONTRACTOR's proposal,(which is attached hereto as Exhibit"A" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications,shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW"), and CONTRACTOR shall not attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3 16-5195/City Funded Construction Contract.docx—revised 04/2016 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed One Million,Six Hundred Eighty-Four Thousand,One Hundred and Eleven Dollars ($ 1,684,111.00 ), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten(10)working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within sixty ( 60 )consecutive Working days from the day the Notice to Proceed is issued by DPW,excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is ofthe essence in the performance of this Agreement and each and every provision of the Contract Documents. CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, 4 16-5195/City Funded Construction Contract.docx—revised 04/2016 subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes,furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal,the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason,relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 5 16-5195/City Funded Construction Contract,docx—revised 04/2016 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall,prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent(100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work,and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. hi addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent(100%) of the final contract price, including all change orders, to warrant such performance for a period of one(1)year after CITY's acceptance thereof within ten(10)days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR,within ten(10)days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten(10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is,and shall be,acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense,and be responsible for any and all payment of all taxes, social security, state disability insurance compensation,unemployment compensation and other payroll 6 16-5195/City Funded Construction Contract.docx—revised 04/2016 deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any,in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as Iiquidated damages and not as a penalty, the sum of One Thousand Dollars ($ 1,000.00 ) per each calendar day's delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided,and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, • strikes,unsuitable weather,or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay(unless DPW shall grant a further period of time),notify DPW in writing of the cause of the 7 16-5195/City Funded Construction Contract.docx—revised 04/2016 delay and CITY shall extend the time for completing the work if, in its judgment,the findings of fact thereon justify the delay;and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed,but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen(15)days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. DEMANDS FOR ADDITIONAL TIME OR MONEY. A. Definitions. (1) "Change Order"means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3,or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR for any of the following: (a) A time extension; 8 16-5195/City Funded Construction Contract.docx—revised 04/2016 (b) Payment of money or damages arising from work done by,or on behalf of, the CONTRACTOR pursuant to this Agreement and payment of which is not expressly permitted pursuant to Section 3 of this Agreement; (c) Payment of an amount the CITY disputes; (d) Any disputes and other matters relating to the acceptability of the work performed or the interpretation of the Contract Documents; (e) A request for a time extension or additional payment based upon differing site conditions, such as subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents, or unknown physical conditions at the job site,of an unusual nature,differing materially from those ordinarily encountered and generally recognized as inherent to work of the PROJECT; or (f) A request for a time extension or additional payment based upon acts of neglect by CITY or due to fires,floods,labor disputes,epidemics,abnormal weather conditions or acts of God. B. A Demand for a time extension or payment of money or damages may only . be granted by a Change Order. C. No Change Order may be granted except where the Contractor has submitted a Demand to the DPW(or his or her written designee). All Demands shall be submitted promptly,but in no event later than thirty(30)days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen(15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen(15)days 9 16-5195/City Funded Construction Contract.dock—revised 04/2016 after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested,whichever is greater. D. Notwithstanding the thirty (30) days to submit a Demand under Subparagraph C, in the case of differing or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions, so that the CITY may promptly investigate the conditions. E. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the City Engineer,in writing,either within fifteen(15)days of receipt of the City Engineer's response or within fifteen(15) days of the DPW's failure to respond within the time prescribed, respectively,and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request,the DPW shall schedule a meet and confer conference within thirty(30)days to seek to resolve. F. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement,then the City Engineer shall issue a written decision on the claim within a reasonable time. G. Following the meet and confer conference, if the Demand remains in dispute,the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900)and Chapter 2(commencing with Section 910)of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his 10 16-5195/City Funded Construction Contract,docx—revised 04/2016 or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT,if the actual quantities used are either more than or less than the quantities listed in the bid schedule,the bid price shall prevail subject to the provisions of this Section. DPW may,at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion,DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent(5%)will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work,will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent(50%)or more of the value of the work as determined from the bid schedule,and if DPW finds that satisfactory progress has been and is being made, CONTRACTOR may be paid such 11 16-5195/City Funded Construction Contract.docx—revised 04/2016 sum as will bring the payments of each month up to one hundred percent(100%)of the value of the work completed since the commencement of the PROJECT,as determined in its sole discretion by DPW,less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR,if unencumbered,or anypart thereof unencumbered,shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided,however,that in the event of a dispute between CITY and CONTRACTOR,CITY may withhold from the final payment an.amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law,each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR,who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the PROJECT have been paid in.full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items,if any,to be set forth in CONTRACTOR's affidavit covering disputed claims, 12 16-5195/City Funded Construction Contract docx—revised 04/2016 r or items in connection with Notices to Withhold,which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement,and the same has been set forth by resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement,as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall,as penalty to CITY,forfeit twenty-five dollars($25)for each calendar day or portion thereof for each worker paid(either by CONTRACTOR or any of its subcontractors)less than the prevailing wage rate established for that particular craft or type of work. 18. CALIFORNIA PREVAILING WAGE LAW A. The CITY has ascertained from the Director of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Agreement, and the same has been set forth by 13 16-5195/City Funded Construction Contract.docx—revised 04/2016 f • resolution on file in the office of the City Clerk of CITY. CONTRACTOR and any subcontractor under it shall pay not less than said prevailing wage rates to all workers employed on this public works Agreement, as required by California Labor Code Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor Code, CONTRACTOR agrees to secure payment of compensation to every employee. B. Pursuant to this Agreement and in accordance with Section 1774 and 1775 of the California Labor Code, CONTRACTOR shall, as penalty to CITY, forfeit twenty-five dollars ($25) for each calendar day or portion thereof for each worker paid (either by CONTRACTOR or any of its subcontractors) less than the prevailing wage rate established for that particular craft or type of work. 19. CALIFORNIA EIGHT-HOUR LAW A. California Labor Code,Sections 1810 et seq,shall apply to the performance of this Agreement;thereunder,not more than eight(8)hours shall constitute one day's work and CONTRACTOR and each subcontractor employed by its hereunder, shall not require more than eight(8)hours of labor per day or forty(40)hours per week from any one person employed by it hereunder, except as stipulated in California Labor Code Section 1815. CONTRACTOR and each subcontractor employed by it hereunder shall, in accordance with California Labor Code Section 1812,keep an accurate record, open to inspection at all reasonable hours, showing the name and actual hours worked each calendar day and each calendar week by each worker employed in connection with the PROJECT. B. Pursuant to this Agreement and in accordance with California Labor Code Section 1813, CONTRACTOR shall, as a penalty to CITY, forfeit twenty-five dollars ($25) for each worker employed hereunder by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight(8)hours in any one 14 16-S195/City Funded Construction Contract.docx—revised 04/2016 (1)calendar day or forty(40)hours in any one(1)calendar week in violation of California Labor Code Section 1815. 20. PAYMENT OF TRAVEL AND SUBSISTENCE ALLOWANCE Section 1773.8 of the California Labor Code,regarding the payment of travel and subsistence allowance is applicable to this PROJECT. 21. EMPLOYMENT OF APPRENTICES Section 1777.5 of the California Labor Code, regarding the employment of apprentices is applicable to this PROJECT. 22. PAYROLL RECORDS CONTRACTOR agrees to keep accurate payroll record showing the name, address,social security number,work classification,straight time and overtime hours worked each day and week,and the actual per diem wages paid to each journeyman, apprentice or worker employed by it in connection with the PROJECT and agrees to require each of its subcontractors to do the same. CONTRACTOR further agrees that its payroll records and those of its subcontractors, if any,shall be available at all reasonable times to the CITY,and the employee or his representative,and the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards,and to comply with all of the provisions of California Labor Code Section 1776,in general. 23. INDEMNIFICATION.DEFENSE,HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses,judgments, demands, defense costs, and consequential damage or liability of any kind or nature,however caused,including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, 15 16-5195/City Funded Construction Contract.docx—revised 04/2016 arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable,including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity shall apply to all claims and liability regardless 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. 24, WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. • CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers'compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 16 16-5195/City Funded Construction Contract.docx—revised 04/2016 25. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend,hold harmless and indemnify CITY,CONTRACTOR shall obtain and furnish to CITY,a policy of general public liability insurance,including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000)per occurrence. If coverage is provided under a form which includes a designated general aggregate limit,the aggregate limit must be no less than One Million Dollars($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees,agents,and volunteers(the"Additionally Insured Parties")as Additional Insureds,and shall specifically provide that anyother insurance coverage which maybe applicable to the 1? Y g pp PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above-mentioned insurance contain a self-insured retention without the express written consent of CITY; however an insurance policy"deductible" of Five Thousand Dollars($5,000.00)is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement, 17 16-5195/City Funded Construction Contract.docx—revised 04/2016 26. CERTIFICATES OF INSURANCE;ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement;the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force;and 3. Promise to provide that such policies will not be canceled or modified without thirty (30)days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner,the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insureds, to the City Attorney for approval prior to any payment hereunder. 27. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten(10)days of receipt of such claim or claims. 18 16-5195/City Funded Construction Contract.docx—revised 04/2016 28. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents,CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten(10)days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have,terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR,CITY may elect not to terminate this Agreement;in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 29 and any damages shall be assessed as set forth in Section 29. 29. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause,and whether or not PROJECT is fully complete upon seven(7)calendar days written notice to CONTRACTOR. In the event of termination, under' this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience,the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's 19 16-5195/City Funded Construction Contract.docx—revised 04/2016 sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 30. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 31. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement,or any part hereof,or any right or duty created herein,without the prior written consent of CITY and the surety. 32. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 33. STOP NOTICES;RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices,Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of One Hundred Dollars ($100)for every Stop Notice filed in excess of two(2),regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 20 16-5195/City Funded Constntction Contract.docx—revised 04/2016 34. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant,or by enclosing the same in a sealed envelope,postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices,certificates or other communications will be sent by notifying the other party via personal delivery,reputable overnight carrier or U. S.certified mail-return receipt requested: TO CITY: TO CONTRACTOR: City of Huntington Beach ALL AMERICAN ASPHALT ATTN:Eduardo Cerda ,Public Works ATTN: Edward J.Carlson 2000 Main Street 400 East Sixth Street Huntington Beach,CA 92648 Corona,California 92882 35. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions,and do not interpret,define,limit or describe,or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. • 21 16-5195/City Funded Construction Contract.docx—revised 04/2016 36. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 37. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services,and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309,the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 38. ATTORNEY'S FEES In the event suit is brought by either party to construe,interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 39. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 22 16-5195/City Funded Construction Contract.docx—revised 04/2016 P context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 40. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 41. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals,each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 42. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 43. SURVIVAL Terms and conditions of this Agreement,which by their sense and context survive the expiration or termination of this Agreement shall so survive. 44. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 23 16-5195/City Funded Construction Contract.docx—revised 04/2016 45. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn 46. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation,and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations,inducements,promises,agreements or warranties,oral or otherwise, have been made by that party or anyone acting on that parry's behalf,which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement,promise,agreement,warranty,fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. - 24 16-5195/City Funded Construction Contract.docx—revised 04/2016 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on n ,20 2 . * �I� e� �e+`���I no. Ana, , .2025 CONTRACTOR: CITY OF HUNTINGTON BEACH,a municipal corporation the to alifomia By: Edward J Carlson, Vice President or • (print name) {yicePresident) ITS: Chairman/President City Clerk '//(circle one) INITIATED OV D: AND By: Director of Public Works kW) REVIEWED AND APP OVED: ITS Chief Financial Officer / Asst. Secretary reasurer (circle one) City Manager APPROVED AS TO FORM: City Attorney 25 16-5195/City Funded Construction Contract.docx-revised 04/2016 r CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached.and not the tmthfiilness.accuracy.or validity of that document. State of California County of Riverside on May 21, 2025 before me,Kimberly Deiro,Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson and Michael Farkas Name(s)of Signer(s) f 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 heishe/they executed the same in KIMBERLY DEIRO his/her/their authorized capacity(ies), and that by his/her/their = Notary Public-California = signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. Riverside County % Commission It 2491436 My Comm.Expires May 27,2028 I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my hand �and �offi�fci`!al seal. ►\��\( Plaee Notary Seal Above Signature \ ,\ J�1tSignet( of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Contract-City of Huntington Beach-CC-1771 Document Date: May 21,2025 Number of Pages: 25 Signer(s)Other Than Named Above: N/A Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: Michael Farkas ❑ Individual o Individual X Corporate Officer—Title(s): Vice President _ X Corporate Officer—Title(s): Secretary o Partner❑ o Limited o General o Partner ❑ ❑Limited❑General RIGHT THUMBPRINT RIGHT THUMBPRINT ❑Attorney in Fact OF SIGNER ❑Attorney in Fact OF SIGNER ❑Trustee Top of thumb here Top of thumb here ❑Trustee o Other: o Other: Signer is Representing: Signer is Representing: All American As•halt All American As•halt Exii7B/T i� -/ SECTION C PROPOSAL for the construction of 17TH STREET ARTERIAL REHABILITATION CC No. 1771 in the CITY OF HUNTINGTON BEACH TO THE-HONORABLE—MAYOR .AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach,and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days,starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instruction s to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. c-I II If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,at the AGENCY'S option,be considered null and void. Accompanying this proposal of bid,find 10%bidders bond in the amount of which said amount is not less than 10%of the aggregate of the total bid price,as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here,if any: Addenda No. Date Received Bidder's Signature C-2 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE Bid Const Contract i Unit Extended No. No. Description Quantity ?Unit Price Amount 1 -- MOBILIZATION 1 LS $75,000.00 $ 75,000.00 2 -- TRAFFIC CONTROL PLAN 1 LS $5,000.00 $ 5,000.00 3 -- FURNISH PROJECT TRAFFIC CONTROL i LS $ 118,141.00 $ 118,141.00 4 -- FURNISH AND INSTALL PROJECT 2 EA $ 1,600.00 $ 3,200.00 INFORMATION SIGN FURNISH AND INSTALL SIGNING AND 5 -- 1 LS $ 98,000.00 $ 98,000.00 STRIPING PROJECT SPECIFIC WPCP(WATER 6 -- POLLUTION CONTROL PLAN)TO 1 LS $2,000.00 $ 2,00 ADDRESS CONSTRUCTION BMP'S. INSTALL AND MAINTAIN CONSTRUCTION 7 - 1 LS $7,500.00 $ 7,500.00 BMP'S PER APPROVED WPCP. REMOVE TREE AND ROOTS;GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 8 2 OF SIDEWALK/GRADE. PULL OUT ALL 33 EA $ 1,100.00 $ 36,300.00 ROOTS WITHIN PROPOSED IMPROVEMENTS.ADD BACKFILL AS REQUIRED TO MATCH FINISHED GRADE. SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER HB STD.PLAN 733 AND 9 3 DETAIL A ON SHEET 5.(ITEM INCLUDES 8 EA $ 1,500.00 $ 12,000.00 REMOVAL OF SIDEWALK, 85 SF OF NEW SIDEWALK,NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL, AND MULCH). C-2.1 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE Bid Const Contract i Unit Extended• No. No. .Description . Quantity �Unit Price Amount. FURNISH AND PLANT NEW 24" BOX STRAWBERRY TREE-ARBUTUS UNEDO PER HB STD.PLANS 714,BOX STRAWBERRY TREE-ARBUTUS UNEDO PER HB STD.PLANS 714,715,716,718& 719 AS SHOWN ON PLANS.(ITEM 10 q INCLUDES EXISTING LANDSCAPE AND 36 EA $2,700.00 $ 97.200.0 IRRIGATION REMOVAL TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND 3"OF MULCH,.AND._INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AT THE BASE OF THE NEW TREE). 11 g REMOVE AND RECONSTRUCT SIDEWALK 6,200 SF $ 12.00 $ 74,400.00 PER HB STD PLAN 207. GRIND EXISTING RAISED LIP OF 12 6 CONCRETE TO MAKE FLUSH WITH 4 LF $ 500.00 $2,000.00 ADJOINING CONCRETE. PATCH CONCRETE AS NECESSARY. REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD.PLAN 202 AND 13 7 DETAIL B ON SHEET 5(CF=8").(ITEM 1,700 LF $ 110.00 $ 187,000.00 INCLUDES CMB,SLOT PAVEMENT AND LOT DRAIN.) REMOVE ASPHALT CURB AND 14 8 CONSTRUCT CURB AND GUTTER PER HB 80 LF $ 11 n On $ svRnn nn STD.PLAN 202(CF=8"). (ITEM INCLUDES CMB,SLOT PAVEMENT AND LOT DRAIN.) REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. 15 g PLAN 205.(INCLUDES CURB,SPANDRELS, 1,300 SF $ 33.00 $ 42,900.00 TRANSITIONS,SLOT PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.2 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE Bid Const Contract I Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND CONSTRUCT CURB ACCESS RAMP,DEPRESSED CURB,AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR.(CASE SHOWN ON PLAN).(INCLUDES ALL APPURTENANCES, 16 10 CURB GUTTER, DEPRESSED CURB, 4 EA $ 9,700.00 $ 38,800.00 SIDEWALK,DOMES, RETAINING CURB, CMB,SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE. DISTURBED LANDSCAPE MUST BE REPLACED IN KIND.) REMOVE AND RECONSTRUCT MODIFIED RESIDENTIAL ALLEY APPROACH PER HB STD.PLAN 107 AND 209.CONSTRUCT HALF DRIVEWAY AT A TIME.(W PER 17 11 PLAN)(INCLUDES ALL DEPRESSED CURB 560 SF $ 24.00 $ 13,440.00 &GUTTER,ONSITE BLENDING, RETAINING CURB,SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE) REMOVE AND RECONSTRUCT COMMERCIAL DRIVEWAY APPROACH PER HB STD.PLAN 211.CONSTRUCT HALF DRIVEWAY AT A TIME.(W PER PLAN) 18 12 (INCLUDES ALL DEPRESSED CURB& 5,400 SF $ 24.00 $ 129,600.00 GUTTER,ONSITE BLENDING,RETAINING CURB,SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE EXISTING A.C.AND A.B. PAVEMENT TO A DEPTH OF 0.33'AFTER COLD MILL.CONSTRUCT NEW 0.33'B-PG 19 13 70-10A.C.BASE COURSE OVER 95% 1,500 TN $ 145.00 $ 217,500.00 COMPACTED SUBGRADE PRIOR TO PLACING 0.17'ARHM SURFACE COURSE OVERLAY. COLD MILL EXISTING A.C.PAVEMENT TO 20 14 A DEPTH OF 0.17'FROM EXISTING 179,000 SF $ o so $ 89,500.00 SURFACE. CONSTRUCT NEW 0.17'ASPHALT RUBBER 21 15 HOT MIX(ARHM-GG-C PG 64-16)WET 2,400 TN $ 143.00 $ 343,200.00 PROCESS OVERLAY. REMOVE EXISTING AND FURNISH AND 22 16 INSTALL NEW WATER METER BOX AND 3 EA $ 700.00 $ 2,100.00 COVER.ADJUST TO GRADE PER HB STD. PLAN 601. C-23 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE Bid Const Contract Unit Extended l No. No. Description Quantity Unit Price Amount . REPLACE WATER VALVE BOX ASSEMBLY 1,400.00 46,200.00 23 17 AND ADJUST TO GRADE PER HB STD. 33 EA $ $ PLAN 612. REMOVE EXISTING AND FURNISH AND INSTALL COMPOSITE STORM DRAIN 240000 24 18 MANHOLE FRAME AND COMPOSITE 2 EA $ , . $ 7,200.000 COVER AND ADJUST TO GRADE PER HB STD.PLAN 513(b). REMOVE EXISTING AND FURNISH AND INSTALL COMPOSITE SEWER MANHOLE 25 19 FRAME AND COMPOSITE COVER AND 3 EA $ 2,400.00 $ 7.200.00 ADJUST TO GRADE PER HB STD.PLAN 513(a). INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS 26 20 FOR THE CONSTRUCTION OF TRAFFIC 33EA $ 430.00 $ 14,190.00 SIGNALS AND LIGHTING SYSTEMS,2005 EDITION.SPLICE LOOPS TO DLC IN PULLBOX. ADJUST EXISTING MONUMENT WELL TO 27 21 FINISHED GRADE.PROTECT EXISTING 2 EA $ 1,250.00 $ 2,500.00 SURVEY MONUMENT IN PLACE. 28 22 ADJUST EXISTING STORM DRAIN CLEAN 2 EA $ 1,250.00 $ 2,500.00 OUT TO FINISHED GRADE. 29 23 ADJUST EXISTING WATER MANHOLE TO 1 EA $ 1,600.00 $ 1,600.00 FINISHED GRADE. REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD.PLAN 301 AND 22.00 1,540.00 30 24 302.STORM DRAIN GRATE TO REMAIN 70 SF $ $ PROTECTED IN PLACE. - Total Amount Bid in Figures: $ 1,684,111.00 C-2.4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater,and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar %of Items) Subcontractor License Registration# Amount Contract Number Case Land Surveying 21,650.00 L5411 n/a 1000001533 614 N. Eckhoff Street 1.2 Orange,CA92868 SUPERIOR PAVEMENT 776306 5 MARKINGS n/a 1000001476 95,500.00 5.8 5312 CYPRESS ST,CYPRESS.CA Smithson Electric 14,190.00 $ 26 614518 c-10 1000001610 1938 E Katella Ave,Orange,CA 92867 8 V&E Tree Service 654506 C-27 1000001936 36,135.00 2.1 2425 N BATAVIA ST,ORANGE,CA 92865 10 Kato Landscape 806122 C-27 1000000086 87,00.00 5.1 18182 Bushard St, Fountain Valley,CA 92708 J By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BEI EXECUTED.BY BIDDER AND SUBMITTED WITH BID 1 declare under penalty of perjury under the laws of the State of Califptnia that the foregoing is true and correct and that this declaration is executed on (1-3D'iS ,at Corona CA Date: City State Edward J Carlson , being.first duly sworn, deposes and says that he or she is Vice President of All.American Asphalt the patty,making the foregoing bid that the bid is not made in the interest of,or on the 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 M.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, or that of,any other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract,that all statements contained in the bid.are true;and,further,that the bidder has not;directly or indirectly,submitted his or her bid price or any breakdown thereof,or the Contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership,company association,organization,bid depository,or to any member or agent thereof to effectuate a collusive or sham bid. All American Asphalt Name of Bidder • „ Signature 01"mower Edward J Carlson,Vice President. 400 East Sixth Street Corona,CA 92879: Address of Bidder • CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE§1189 _.. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached.and not the truthfulness.accuracy.or validity of that document. State of California County of Riverside On. 04/30/2025 before me, Kathryn Marconi,Notary Public , .. .... Here Insert name and TItte of the Officer ... ._Oak:. personally appeared Edward J�Carlson Name(sl of Signerm• who proved to.me on the basis of satisfactory evidence to be the person(e)whose name(s) is/ace subscribed.to the within instrument and acknowledged_to-mer_that-he/shetthey executed the same in his/horitheir: authorized capacity(ies),. and that by his/her/tt}eii: signature(e)on the instrument,the person(s),or the entity upon behalf • KATHRYti mARCtiN) i of which the:persan(s)acted,executed the instrument. y. 'tri, Notary Public-California Riverside County I certify under PENALTY OF PERJURY under the laws of the State of ` Commission#2440737 - California that the forgoing paragraph is true and correct. t„o.".:My Comm.Expires May 21,2028 INITNES ha official' a Signature ,t Piece Notary Seal Above �,, t -Signatu f Notary Public OPTIONAL Though the Information below is not required by law,it may prove valuable to person relying;on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Noncollusion Affidavit Document Date: 04/30/2025 Number of Pages: One (1) Signer(s)Other Than Named Above: N/A.: Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J.Carlson Signer's Name: a Individual n Individual x Corporate Officer—Title(s) Vice President a Corporate Officer—Title(s) o Partner D a Limited a General o Partner Ll a Limited a General F.i4**.;�7H,MI3PIOIIT *'s C,Ii 7ril)G4Fr'Rh�d . ❑Attorney in Fact OF SIGNER OF SIGNER p Attorney in Fact Trustee 'Top of thumb here a Trustee Top of thumb here a Other: a'Other: Signer is Representing: Signer is Representing: All American As•halt UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH;CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract,known as the 17TH STREET ARTERIAL REHABILITATION(1)(we)(it)will employ and utilize only qualified persons;as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term"Qualified Person"is defined in Title 8, California`Administrative Code,Section 2700,aS follows: "Qualified Person: A person who, by mason of experience or instruction, is familiar with the operation to be per/brined and the hazards-invoked" The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public.Utility'Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the Undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. All American Asphalt Contractor By Edward J Carlson; Vice.President Title Date: C-5 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No If-the answer is yes,explain-the-circumstances in the space_provided. "N/A** Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. All American Asphalt Contractor By / Edward J Carlson;Vibe President Title Date: tk6D. z5 C-7 BIDDER'S-INFORMATION BIDDER certifies that the following information is true and correct: All American Asphalt Bidder Name 400 East Sixth Street Business Address Corona CA 92882 City, State Zip t )951-736=7600 publicworks@allarnericanasphalt.corn Telephone Number Email Address 267073 A,C-12 State Contractor's License No.and:Class 1/19/7.1 Original,Date Issued 1/31/2026 Expiration Date The work site was inspected by .Maurice Ramirez of our office on 430 ,2025. The following are persons,firms,and corporations having a principal interest_in this proposal:. Mark Luer, President Edward Carlson,Vice President Michael Farkas,Secretary The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in. accordance with the plans and specifications set forth. All American Asphalt Company Name: Signature ofbidder Edward J Carlson,Vice President Printed or Typed Signature C-S NOTARY CERTIFICATE Subscribed and sworn to before me this day of , "Pleabe. See • A notary NW.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 truthfuifiesS,acCtitacy,or Validity of that doeuMent. State of County of On before me, Month,Pay,anti Year Insert Name and Title of Notary personally appeared • Name(s)of Signer(s) who proved to:me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/theirauthorized capacity(ies),and that by his/her/their signature(s)on;the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph iS true and totrect. WITNESS iny hand and official seal: Signature. Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 2CALIFORNIA JURAT - ., GOV CODES 8202 7;:•::'?" ' 'f..,..'-..W'' ' -:;.:.. ;,!;:t.:, .;. 4,•,1-7.:r i,.i..;:`;".'?'11;1'...;',"e",r4;- 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 Subscribed and sworn to(or affirmed) before mean this 30th day of April ,2025 Date Month By(1) Edward J. Carlson • Name of Signer Proved to me on the basis of satisfactory evidence be-the-person who appeared before:me(.) (,) labadhiadadhudhaind6464.46464 (and 1 c ,pi...,, Hoary public.worm, p..---: , wHiroo4ARcom Dt (2) N/A my Commission 14727,12028- Name of Signer Proved to me on the basis of satisfactory evidence, be the person who appeared before me.) Signatur trite Place Rolm Seel Above / S gnature Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another dottiment. Further Description of Any Attached Document Ric movEriiii4; RiGHT r..,,rospikfr Bidder's Information- or sic.,-.. =i OF SIGNER City.of Huntington Beach Title or Type of DocumentTop(it thumb here TO of thumb here Document Date:.04/30I2025 Number of Pages: Two(2) Signer(s)Other Than Named Above: N/A ' ",;,'4::- •..."•;',!:...".--:''';:-":1:*"..:-'7.' "0.:'.'..-...:t.,- ' " i L -- :i:,...:-;';',-. =:::'1:,.. .'n'. ..'iill: 715-:•-fit -ksn: Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of Arterial Rehabilitation Projects with curb and gutter, sidewalk, curb access ramps, cold mill and overlay, and deep lifts. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. City of Irvine 1 Civic Center Plaza,Irvine,CA 92606 Name and Address of Public Agency Name and Telephone No.of Project Manager: VAT;D s©NG PAVEMENT REHAB 12/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: "N/A** 2. CITY OF DUARTE 1600 HUNTINGTON DR DUARTE,CA 91010 Name and Address of Public Agency Name and Telephone No.of Project Manager: BRAIN CHAU 626-357-7938 1,199,199.00 STREET REHAB 12/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. CITY OF NORWALK 12700 NORWALK BLVD NORWALK,CA 90650 Name and Address of Public Agency Name and Telephone No.of Project Manager: GLEN W.C.KAU 562-929-5723 7,869,222.00 LOCAL STREETS REHAB PROGRAM 12/2024 Contract Amount Type of Work Date Completed Provide additional project description to show similar work: c-1 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager,and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Maurice Ramirez,Project Manager Name of proposed Project Manager Telephone No.of proposed Project Manager: 714-395-7044 CITY OF SEAL BEACH SEAL BEACH BLVD&WESTMINISTER 1,289,158.00 IN PROCESS Project Name&Contract Amount Type of Work Date Completed CITY OF HEMET KIRBY STREET PAVEMENT REHAB 1,748,888.00 IN PROCESS Project Name&Contract Amount Type of Work Date Completed City of Irvine JAMBOREE PAVEMENT REHABILITATION 7,869,222.00 12/2024 Project Name&Contract Amount Type of Work Date Completed 2. Doug Harrington, Superintendent Name of proposed Superintendent Telephone No.of proposed Superintendent: 951-453-9000 4,379,879.00 ZONE 2 RESIDENTIAL OVERLAY CITY OF HUNTINGTON BEACH IN PROCESS Project Name&Contract Amount Type of Work Date Completed CITY OF ALISO VIEJO ALISO CREEK RD PAVEMENT REHAB 907,164.00 4/2025 Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed C-ll 2024 PAST WORK REFERENCES City of Riverside SB-1 St. Improvement 3900 Main St. Contract Amount:$8,965,842.76 Riverside,CA 92502 Start Date:4/2023 Contact: Mark Mesen(951)826-5311 End Date: 1/2024 m mensenariversideca.qov Lewis-Management Corporation Haven Avenue and Fourth Street 1156 N. Mountain Ave. Improvements Upland, CA 91786 Contract Amount: $1,338,174.90 Contact: Daniel Cobum(909)985-0971 Start Date:6/2023 DanieLcoburnnlewismc.com End Date: 7/2024 City of Irvine 1 Civic Center Plaza Jamboree Pavement Rehabilitation Irvine, CA 92606 Contract Amount: $7,869,222.00 Contact: Stacy Delong(949)724-7365 Start Date: 6/2023 sdelonaAcitvofirvine.orq End Date: 12/2024 City of Duarte FY 23-24 Street Rehabilitation 1600 Huntington Dr. Project 24-3 Duarte, CA 91010 Contract Amount: $1,199,199.00 Contact: Brian Chau (626)357-7938 Start Date:4/2024 bchauOaccessduarte.com End Date: 12/2024 City of Norwalk Local Streets Rehab Program Ph II 12700 Norwalk Blvd. Zone 19 Norwalk, CA 90650 Contract Amount: $7,869,222.00 Contact:Glen W.C. Kau (562)929-5723 Start Date: 6/2023 gkau a( norwalkca.gov End Date: 12/2024 2024 PAST WORK REFERENCES City of Monterey Park 2023-24 Street Rehabilitation Various Locations 320 W Newmark Ave. Contract Amount: $1,498,887.89 Monterey Park,CA 91754 Start Date: 9/2023 Contact:Anthony Bendezu(626)307-1283 End Date: 12/2024 abendezv( monterark.ca.gov vo Lennar Homes- Goetz Road Improvements 4140 Temescal Canyon RD#410 Contract Amount:$1,322,050.15 Corona, CA_ 92883 Start Date: 5/2024 Contact:Tom Ontiveros(951) 817-3595 End Date: 12/2024 Thom as.ontiverosLennar.com City of El Monte Lower Azusa RD St. Improvements 11333 Valley Blvd. Contract Amount: $2,194,194.00 El Monte,CA 91731 Start Date: 5/2024 Contact Kevin Ko(626)580-2058 End Date: 12/2024 Kko@elmonteca.00v. Placentia Ave.W 19th St&E 19th St. City of Costa Mesa Pavement Rehabilitation 22-08 77 Fair Drive Contract Amount:$2,745,547.20 Costa Mesa, CA 92626 Start Date:2/2023 Contact:Cristina Oquendo(714)754-5015 End Date: 7/2024 cristina.oquendo(a costamesaca.00v Citywide Street Pavement Rehabilitation City of Corona Project ST-2101-01 400 S.Vicentia Ave. Contract Amount:$14,236,115.51 Corona, CA 92882 Start Date: 12/2023 Contact: Ismael Rivera(951)736-2400 End Date: 7/2025 Ismael.RiveraaCoronaCA.00v 2023 PAST WORK REFERENCES City of Loma Linda Pavement Rehab. at Various Locations 25541 Barton Road Contract Amount:$1,476,363.00 Lorna Linda, CA 92354 Start Date: 9/1/2023 Manhattan Beach, CA 90266 End Date: 12/2023 Contact:Jarb Thaipejr(909)799-2811 jthaipeirlomalinda-ca.gov Euclid LandVenture, LLC Merrill Ave. Street Widening 4450 Macarthur Blvd., Ste 100 Contract Amount:$915,915.00 Newport Beach, CA 92693 Start Date:4/2022 Contact: Scott Kendall(949)783-5341 End Date:2/2023 khavmes(6 ranchomv.com City of Aliso Viejo FY22-23 Slurry Seal &Rehab Project 12 Journey Ste#100 Contract Amount:$1,595,650.00 Aliso Viejo,Va 92656 Start Date:5/2022 Contact: Shaun Pelletier(949)425-2531 End Date: 5/2023 spelletierAavcitv.orq RMV Realty, Inc. PA 3.2A Street Improvement 28811 Ortega HWY Contract Amount: $1,244,244.00 San Juan Capistrano, CA 92693 Start Date: 4/2022 Contract: Jeff Ford(949)413-8899 End Date:8/2023 jford@ranchomv.com City of Monterey Park 2023 Street Rehabilitation Project 320 W. Newmark Avenue Contract Amount: $6,865,699.00 Monterey Park,CA 91754 Start Date: 8/2023 Contact:Anthony Bendezu(626)307-1283 End Date: 12/2023 abendezv(0 monterevpark.ca.gov it 2023 PAST WORK REFERENCES City of Fullerton Brookhurst Rd., SR91 St Rehab 303 W. Commonwealth Ave Contract Amount: $325,825.00 Fullerton, CA 92632 Start Date: 5/2023 Contact: Joseph Hernandez(714)773-0049 End Date: 12/2023 JHernandez(8 citvoffullerton.com City of Ontario 2023 Fall Pavement Rehabilitation Project -303-East-B-Street Contract Amount: $4,569,222.00 -Ontario,CA 91764 Start Date: 08/2023 Contact Leonard Lui (909)295-2401 End Date: 11/2023 LLuk ontarioca.gov. City of Riverside Permanent Trench Resurfacing 2900 Main St. Contract Amount:$455,150.00 Riverside, CA 92522 Start Date: 1/2023 Contact: Maria Lamping (951)826-5146 End Date:6/2023 mlamoingfc riversideca.gov Chino&Montclair Area Variours Roads City of Ontario Overlay Project 825 East Third Street Contract Amount: $5,639,575.88 San Bernardino, CA 92415 Start Date: 9/2022 Contact: Samuel E. Nicorici (909)387-7960 End Date:7/2023 bdavisanewportbeachca.gov City of Costa Mesa Citywide Parkway Maintenance St. Rehab 77 Fair Drive Slurry Seal Project Contract Amount:$2,828,001.50 Costa Mesa, CA 92626 Start 1/2022 Contact: Cristina Oquendo(714) 754-5015 Date: EnnddDate: 7/2023/2023 cristina.oquendo( costamesaca.00v 2022 PAST WORK REFERENCES City of Manhattan Beach Slurry Seal of Central Area of Sands 1400 Highland Ave. Section Manhattan Beach, CA 90266 Contract Amount: $730,251.42 Contact: Bianca Cardenas(310)802-5357 Start Date: 12/2021 bcardenas( manhattanbeach.00v End Date: 7/2022 RMV Realty, Inc. Planning Area 3.1 Street Improvement 28811 Ortega Hwy Contract Amount: $3,996,996.00 San Juan Capistrano, CA 92693 Start Date:-4/2021 Contact: Kelly Haymes -End Date:4/2022 khavmes(c�ranchomv.com • City of Westlake Village Dales Dr. and Parkridge Ave Street lmprov. 31200 Oak Crest Dr. Amount: $1,025,336.00 Westlake Village, CA 91361 Start Date: 5/2022 Contact: Roxanne Hughes(805)890-8885 End Date:6/2022 rhughesc willdan.com City of Burbank Local Residential St. lmprov. Project 275 E Olive Contract Amount:$7,761,320.00 Burbank, CA 91502 Start Date: 1/2022 Contact:Artin Megerdichian (818)238-3942 End Date: 12/2022 ameaerdichiane.burbankca.00v City of Highland Pavement Management Program 27215 Base Line St. Contract Amount: $2,082,099.00 Highland, CA 92346 Start Date: 10/2021 Contact:Amanda Perez(909)864-6861 End Date: 12/2022 aperezacityofhighland.orq CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS(DIR) CERTIFICATE Pursuant to SB 854(citing Labor Code.Section 177.1.1(a)),passed by the California State Senate on June 20;2014,established a new public works Contractor Registration Program,which requires all contractors:and:subcontractors bidding and performing work. on Public Works Projects to register on an annual.basis (each July 1 through June:30 state fiscal year) with the California Department of Industrial Relations(D1R):Currently the annual non-refundable registration fee for Contractors is $400' Each contractor to whom:a public works contract has been awarded shall sign the following certificate. DIR.FACT SHEET on SB 854 https://www.dir.ca.gov/public-works/PublicWorksSB854.html DIR's Contractor Registration Link—Call(844)522-6734 https:/Jwww.dir.ca.gov/public-works/contractor-reaistration:html DIR's Contractor Registration searchable database: https://cadir.secure.force:com/ContractorSearch I am aware and will comply with the provisions of Labor Code Section 1771.1(a)which states: ``A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code;.or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified,to perform public work pursuant to Section 1 725.5. It is 'not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029:1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.' I furthermore will comply by providing proof of registration with DIR as the:primary contractor, as well as for ALL:subcontractors at the time of submitting the bid, All American Asphalt Contractor: By publicworks a©allamericanasphalt.com Email Edward J Carlson, Vice President t 1 Title Date:. PWC Registration#: 000001051 C-12 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE l. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a 131 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a ®1 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on aseparate sheet.-Identify the-daim(s)_by_providingthe project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.) 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful"or CiD1 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years,has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage ®1 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 �o D Fidelity and Deposit Company of Maryland BID BOND KNOW ALL MEN BY THESE PRESENTS:That we, ALL AMERICAN ASPHALT BOND NO.085 97423' • as Principal,(hereinafter called the"Principal");and FIDELITY AND DEPOSIT.COMPANY OF MARYLAND. ,a.corporation.dulyorganized under the laws of the State.of lUinois ,as Surety,•(hereinafter called.the"Surety"),are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee,(hereinafter called the"Obligee"),in the sum of Ten Percent of Total Amount Bid--- Dollars($ 10%.of Bid- );for the payment_of which-stun Welland truly to be made,the said Principal and the said Surety,bind ourselves, our heirs,executors,administrators, successors and assigns,jointly and severally, 'firmly by these presents. WHEREAS;the Principal has submitted a bid for 17TH STREET'ARTERIAL REHABILITATION GC NO.1771 • Bid[?ate: May 8,2025 NOW,THEREFORE,if the Obligee shall accept the bid of.the Principal and the Principal shall enter into a contract with the Obligee in accordance-with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the•faithful'performance of such contract and for the prompt payment of labor and material.furnished in the prosecution thereof;or in the event of the;failure of the Principal to enter into such contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to:exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to.perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed•and sealed this 28th day of April A.D 2025 • ALL AMERICAN ASPHALT Principal Witness (SEAL) giww'e ? rtS ats ,ui c-c Freszecro= FIDELITY.AND DEPOSIT COMPANY OF'MARYLAND Surety BY01;a"---010- •(SEAL)... -..- Rebecca Haas-Bates ,Atrpmkp=in-Fact BID70000ZZO701f • CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 11E19 ;- 1.•-:-.;,..,;,-',4 .,,:-;-' '.';',.-K.I.,,,-;.:,it,.-•;:,.,,%•::,-.7:...: ' .: , ,- :4::,'„!`•,t:,,,:::g.-:,.;-;'''14'-:''''-:-..4:-'.'".":Zi'li.'''.'-tfL,i;:f""i:,' A notarY public or other officer completing this certificate verifies only the identity of the individual who signed the document in which this certificate is attached.and not the truthfulneks.accuracy.or validity of that document. State,of California County of Riverside . on 04/30/2025 before me, Kathryn Marconi,Notary Public , Date Here(need nam a and Title orthe Officer personally appeared Edward J.Carlson Name(a)of Spar(a) f who'proved to.me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged-to-me-that he/she/they-executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(6),or the entity upon behalf . 1(ATHRYN AiRCONi of which the person(s)•acted,'executed the instrument , Notary 1 California Riverside County i ) I certify under PENALTY OF PERJURY under the laws of the.State of e'-c-tii Commission#2490731 - California that the forgoing paragraph is true and correct. 4,• My Comm.Expires May 21,2028 VVITNESS.mY h n d offici seal. Signatu 110i— -Pk- Placa Notary Seal Above Sly of troteryPublIc OPTIONAL Though the information below is not required by law,It may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another dpeument. Description of Attached Document Title or Type of.Document Bid.Bond Document Date: 04/28/2025 Number of Pages: One.(I) Signer(s)Other Than Named Above: Rebecca Haas-Bates(Attorney in Fact) Capacity(les)Claimed by Signer(s) Signer's Name: Edward J.Carlson signers Name: ri Individual a Individual X Corporate Officer—Title(s):. Vice President a Corporate Officer.—Title(s): . a Partner 0 a Limited o.Gerieral o Partner 0 ES Limited 13 General R,G,-'T..u.4.1RpRINT RAlt I' I i 40.113PRINT a Attorney in Fact OF SIGNER El Attorney in Fact OF SIGNER a Trustee , Top of thumb here 0 Trustee, Top of thumb here CII Other. CI Other: Signer is Representing: Signer is Representing All American As.halt ,':"` .-7.: '''.: ,*.';'''.. .7.:":'.::r:t.-&'=',7 tA :,::::,Lt A'',.4'in'..'„t;:;,:';,.;.,;,'„,:',",;::.:•:...',7 ' .',r'''';''''''''t‘,':7-, *'',: ::,W4N:Z: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§118.9 A notary Public or other officer completing this certificate verifies only the identity of the individual who Signed the document to which this certificate 1.5 attached,and not the truthfulness,accuracy,Or validity Of that doCument. State of California County of Orange On 04/28/2025 before,me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca 1 laas-Bates Namp(s9,Of Sign errs who proved to me on the basis of satisfactory evidence to be. the person*whose name*iatace subscribed to the Within instrument and acknowledged to me that tie/she/they executed the same in 111s/heritheir authorized capacitytfes.),and that by hisiherAtteir signature*on the instrument the person*. or the entity upon behalf of which the pers0n*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. AirroA KAREr.,1 HERNANDEZ c.;„1„r z•F. Nnnry r=retai Prar-.5Coity Signature c.=.4 „f„/ Czmrilismri 23909'08 1 My Comm,Expires Jar;16,2026 Signature of Notary Public Place.Notary.Seal Above OPTIONAL Though this section is optional, completing this infOrmation can deter alteration of the docurnent or fraudulent reattachment of this form to an unintended dOCument Description Of Attached Document Title or Type.of Document: Bid Bond Document Date: 04/28/2025 Number of Pages: One(1 Signer(s) Other Than Named Above: Ali American Asphalt Capacity(ies) Claimed by Signer(s). Signer's:Name: Rebecca Haas-Bates Signer's Name: 0 Corporate Officer—Title(s): 0 Corporate Officer—Title(s): 0 Partner— 0 Limited 0General 0 Partner— 0 Limited 0 General El Individual Wt Attorney in Fact 0 Individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator El Trustee 0 Guardian or Conservator Other: 0 Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Coin pany of Maryland 02014 National Notary Association•vvww.NationaiNatary.org 1-800-US NOTARY(1-800-876-6827) Item #5907 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances,stipulations,undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any-Power of Attomey..:Any-such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 28th day of April ,2025 . `�„t�nu ,uy� aum„i `,awwwru.. 6;;;;zn ws ..`�N Coiyo hsPove `�r r oPvoq* `ti =g?U,;Fi 7 gs • SEAL j} _ sEL"' - l( S�11.1'- =. � leg` •g :f�'`, Mary Jean Pethick Vice President • TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTIO N OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1249 Zurich Way Schaumburg,IL 60196-1056 rep orts fc la i m sQzurichna.co m 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 • CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROP4i All Ameri-an Asph; it PROJECT: 17th Street Rehab (Contractor Name) • CO-1771 400 East Sixth Street (Street Address) Corona CA 92878 (City,State and zip) TO: (,,,2 t Y OF HQNdTI GTON BEACH • DECLARATION Attached hereto Is a true and correct copy of the current Certificate of Insurance and Additional Insured Endortentent CD 2010 1185, which Certificate complies with the insurance requiremeints of the Contract by and between the City of Huntington Beach("City',.and the above-named Contractor("Contractor`)for the above-described project("Project.'). • declare under penalty of perjury under the laws of the State•of California that the above statement Is true and correct Signed on_- 5/2+2 /&1 ,20_,at Corona.ca (Da et') (City,State) (Signs rfu a or•bicividual Who Is Mating Declaration) • -riso Vice President WARRANTY Contractor hereby warrants and agrees to maintain Products and Completed Operations Insurance In compliance with the insurance requirements or the Contract for the Project Said Insurance shall be maintained through and until the egdratton of all Wan-arches provided by Contractor, Said insurance shall contain Additional Insured Endorsement CG 2010 1185,naming City as an additional Insured. Coniracter shall supply to City,on at least an annual basis,a Certificate of Insurance and the afdrernent tined Endorsement evidencing continued coverage which meets the Contract requirements. Signed on <2,,z/2 r ,20,_,at Corona, ca (Date) (City,State) CONTRACTOR; Name:By _ All�merirtan Acnhalt .""7 ro Edward J Carlson, Vice President Name: Title: Vice President :77G7r3 L I AC ® DATE(MM/DD/VYYY) OREP CERTIFICATE OF LIABILITY INSURANCE 5/19/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Certificates Department Edgewood Partners Insurance Center PHONE FAX P.O. Box 5003 (Arc.No.Ext):559-451-3200 (Alc,Not:925-901-0671 San Ramon CA 94583 ADDRESS: EPICcerts@epicbrokers.com INSURER(S)AFFORDING COVERAGE NAIC# License#:082937D INSURER A:Arch Specially Insurance Company 21199 INSURED ALLAMER31 INSURER B:Zurich American Insurance Company 16535 All American Asphalt P.O.Box 2229 INSURER C:Great American Insurance Company _ 16691 Corona,CA 92878 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1944099647 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES-LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS I.TR i so Wy0 POLICY NUMBER (MMIBDIYYYY1 (MMIDDIYYYYI A X COMMERCIAL GENERAL LIABILITY Y Y DPC100585608 8/1/2024 8/1/2025 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $100,000 MED EXP(Any one person) $ PERSONAL&ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X JECT LOC PRODUCTS-COMPIOPAGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY Y Y 8AP557108812 8/1/2024 8/1/2025 (ECOMaacdBINdenqEDSINGLE LIMIT 52,000,000 X ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED y NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per acddentl C UMBRELLA LIAR X occult Y V TUE347483604 8/1/2024 8/1/2025 EACH OCCURRENCE $5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTIONS 1(1f1M Following-Form $ B WORKERS COMPENSATION Y WC593205711 8/1/2024 8/1/2025 X STATUTE I OTH- ER AND EMPLOYERS'LIABILITY Y 1 N ANYPROPRIETORIPARTNERIEXECUTIVE N I N l A E.L.EACH ACCIDENT S 1,000,000 I OFFICERIMEMBFREXCLUDED7 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached II more sos AS TO FOR Certificate Holder is Additional Insured if Required by Written Contract Excluding Workers Compensat�Sn RE:17TH STREET ARTERIAL REl IABILITATION CC-1771/ City of Huntington Beach,its officers,elected or appointed officials,employees,agents,and volunteer T CHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. Public Works 2000 Main Street AUTHORIZE REPRESENTATIVE Huntington Beach CA 92648 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD performing operations for a 1. Required by the contract or principal as a part of the same agreement; or project. 2. Available under the applicable C. With respect to the insurance afforded to Limits of Insurance shown in the these additional insureds, the following is Declarations; added to Section III — Limits Of Insurance: whichever is less. If coverage provided to the additional This endorsement shall not increase the insured is required by a contract or applicable Limits of Insurance shown in agreement,the most we will pay on behalf the Declarations. of the additional insured is the amount of insurance: All other terms and conditions of this policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number:DPC100585608 Named Insured:All American Asphalt Endorsement Effective Date: 08/01/2024 RE:17TH STREET ARTERIAL REHABILITATION CC-1771 / City of Huntington Beach,Its officers,elected or appointed officials,employees,agents,and volunteers CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 2 of 2 • COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location(s)Of Covered Operations Or Organization(s): Any person or organization where the Named Any location where required by written contract or Insured has agreed to add as an additional insured agreement, provided the contract or agreement is by written contract or agreement, provided the executed prior to any"occurrence"or offense. contract or agreement is executed prior to any "occurrence"or offense Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is broader than that which you are amended to include as an additional required by the contract or insured the person(s) or organization(s) agreement to provide for such shown in the Schedule, but only with additional insured. respect to liability for "bodily injury", "property damage" or "personal and B. With respect to the insurance afforded to advertising injury" caused, in whole or in these additional insureds, the following part, by: additional exclusions apply: 1. Your acts or omissions;or This insurance does not apply to "bodily injury" or "property damage" occurring 2. The acts or omissions of those after: acting on your behalf; 1. All work, including materials, parts in the performance of your ongoing or equipment furnished in operations for the additional insured(s) at connection with such work, on the the location(s)designated above. project (other than service, maintenance or repairs) to be However: performed by or on behalf of the additional insured(s) at the location 1. The Insurance afforded to such of the covered operations has been additional insured only applies to completed;or the extent permitted by law;and 2. That portion of "your work" out of 2. If coverage provided to the which the injury or damage arises additional insured is required by a has been put to its intended use by contract or agreement, the any person or organization other insurance afforded to such than another contractor or additional insured will not be subcontractor engaged in CG 20 10 04 13 ©Insurance Services Office, Inc.,2012 Page 1 of 2 All other terms and conditions of this Policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number:DPC100585608 Named Insured:All American Asphalt Endorsement Effective Date:08/01/2024 RE:17TH STREET ARTERIAL REHABILITATION CC-1771 City of Huntington Beach,its officers,elected or appointed officials,employees,agents,and volunteers CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 2 of 2 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization where the Named Insured All locations where required by contract. has agreed to add as an additional insured by written contract or agreement, provided the contract or agreement is executed prior to any "occurrence" or offense _ Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is additional insured. amended to include as an additional insured the person(s) or organization(s) B. With respect to the insurance afforded to shown in the Schedule, but only with these additional insureds, the following is respect to liability for "bodily injury" or added to Section III — Limits Of "property damage" caused, in whole or in Insurance: part, by "your work" at the location designated and described in the Schedule If coverage provided to the additional of this endorsement performed for that insured is required by a contract or additional insured and included in the agreement, the most we will pay on behalf "products-completed operations hazard". of the additional insured is the amount of insurance: However: 1. Required by the contract or 1. The insurance afforded to such agreement;or additional insured only applies to the extent permitted by law; and 2. Available under the applicable Limits of Insurance shown in the, 2. If coverage provided to the Declarations; additional insured is required by a contract or agreement, the whichever is less. insurance afforded to such additional insured will not be This endorsement shall not increase the broader than that which you are applicable Limits of Insurance shown in required by the contract or the Declarations. agreement to provide for such CG 20 37 04 13 0 Insurance Services Office, Inc.,2012 Page 1 of 2 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (1) The additional insured is a Named Condition and supersedes any provision to the Insured under such other insurance; contrary: and Primary And Noncontributory (2) You have agreed in writing in a Insurance contract or agreement that this insurance would be primary and This insurance is primary to and will not would not seek contribution from seek contribution from any other any other insurance available to the insurance available to an additional additional insured. insured under your policy provided that: All other terms and conditions of this policy remain unchanged. RE:17TH STREET ARTERIAL REHABILITATION CC-1771 / City of Huntington Beach,its officers,elected or appointed officials,employees,agents,and volunteers Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number:DPC100585608 Named Insured:All American Asphalt Endorsement Effective Date:08/01/2024 CG 20 01 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization where the waiver of our right to recover is permitted by law and is required by written contract or agreement, provided the contract or agreement is executed prior to any occurrence or offense Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer for injury or damage arising out of your ongoing Of Rights Of Recovery Against Others To Us operations or"your work" done under a contract of Section IV—Conditions: with that person or organization and included in the "products-completed operations We waive any right of recovery we may have hazard". This waiver applies only to the person against the person or organization shown in the or organization shown in the Schedule above. Schedule above because of payments we make All other terms and conditions of this policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number:DPC100585608 Named Insured:All American Asphalt Endorsement Effective Date:08/01/2024 RE:17TH STREET ARTERIAL REHABILITATION CC-1771/ City of Huntington Beach,its officers,elected or appointed officials,employees,agents,and volunteers CC 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 POLICY NUMBER:BAP557108812 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s)or organization(s)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided In tho Covorago Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured:All American Asphalt Endorsement Effective Date:08/01/2024 SCHEDULE Name Of Person(s)Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS ON A PRIMARY,NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS,EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Information required to complete this Schedule, if not shown above,will be shown in the Declarations, Each person or organization shown in the Schedule is RE:17TH STREET ARTERIAL REHABILITATION CC-1771 an "Insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies City of Huntington Beach,its officers,elected or appointed officials, as an"insured" under the Who Is An Insured provision employees,agents,and volunteers contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2.of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ©Insurance Services Office, Inc.,2011 Page 1 of 1 POLICY NUMBER:BAP5 57 1 0881 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured:All American Asphalt Endorsement Effective Date:08/01/2024 SCHEDULE Name(s)Of Person(s)Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against RE:17TH STREET ARTERIAL REHABILITATION CC-1771/ Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, City of Huntington Beach,its officers,elected or appointed officials, but only to the extent that subrogation is waived prior employees,agents,and volunteers to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 WORKERS'COMPENSATION AND EMPLOYERS'LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT--- CALIFOR NIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees white engaged in the work described in the Schedule. The additional premium for this endorsement shall be 0 .00 % of the California workers' compensation pre- mium otherwise due on such remuneration. Schedule Person or Organization Job Description ALL PERSONS AND/OR ALL CA OPERATIONS ORGANIZATIONS THAT ARE REQUIRED BY RE:17TH STREET ARTERIAL REHABILITATION CC-1771/ WRITTEN CONTRACT OR AGREEMENT WITH THE City of Huntington Beach,its officers,elected or appointed officials,employees, INSURED, EXECUTED agents,and volunteers PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION Policy Number:WC593205711 Named Insured:All American Asphalt Endorsement Effective Date:08/01/2024 WC 252(4-84) WC 04 03 06(Ed.4-84) Page 1 of 1 P To: Whom it may concern PO Box 5003 Regarding: Notice of Cancellation San Ramon,CA 94583 5/19/2025 Phone: 925.244.7700 Date Issued: Fax: 925.901-0244 Email: EPICcerts@epicbrokers.com Named Insured(s): All American Asphalt Policy Number(s): BAP557108812 DPC100585608 CERTIFICATE HOLDER: WC593205711 City of Huntington Beach TUE347483604 Public Works 2000 Main Street Huntington Beach,CA 92648 Should the above described policy be cancelled before the expiration date thereof,we will mail 30 days written notice to the above referenced Certificate Holder; except, 10 days notice for non-payment of premium. Sincerely, epicbrokers.com edgewood partners insurance center ca license 0B29370 Bond No. 7674047 • Premium: $6,652.00 Premium is for contract term and is subject to adjustment based on final contract price Executed in: 2•Counterparts • BOND REPLACES ANY PREVIOUSLY ISSUED VERSIONS PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, City of Huntington Beach (hereafter referred to as"City") has, by written agreement dated , 20 , entered into a contract with All American Asphalt 400 East Sixth Street. Corona, CA 92879 (Contractor's Name and Address) (hereafter referred to as"Principal")for performance of the work described as follows: 17th Street Arterial Rehabilitation, CC-1771 (Project Title) WHEREAS, said contract, and all documents referenced therein (hereinafter collectively - "Contract"), are incorporated herein by this reference made a part hereof as though set forth herein in full; and Said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as"Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitations as shown in said circular to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's, or Standard & Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE, we, the undersigned, as Principal, and Fidelity and Deposit Company of Maryland 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of One Million Six Hundred Eighty Four Thousand One Hundred Eleven and 00/100 Dollars ($ 1,684,111.00 ), this amount being not less than one hundred percent of the price set forth in the Contract, in lawful money of the United States,for the payment of which sum,well and trulyto be made,we bind ourselves,our heirs, executors, administrators and successors,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Principal shall promptly, fully and faithfully perform each and all of the covenants, obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered, amended or modified from time to time; and if the Principal shall indemnify and save harmless City and all of City's officers, agents and employees (hereinafter collectively referred to as"Obligees")from any and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of any or all of the terms or the obligations of the Contract, including all alterations, amendments and modifications thereto, and any warranties or guarantees required thereunder, then this obligation shall be void; otherwise, it shall be and shall remain in full force and effect. Surety stipulates and agrees, for value received, that no adjustment of the time or price in the Contract or any alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, shall in any way affect, limit, restrict, impair or release the obligations of the Surety under this Bond. Surety waives notice of any adjustment of contract or contract price, and any other alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, and agrees to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations, changes, deletions, additions or other modifications. Surety agrees to provide written confirmation of such adjustments in the penal sum to City on not less than a quarterly basis. Surety also waives the provisions of Civil Code§§2845 and 2849. 15-4584/117174 Page 1 of 2 Bond No. 7674047 The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such parry's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: May 29, 2025 ATTEST All American Asphalt [Corporate',Seal] (Principal Name) By: / -- Name: c� Crr1 gon Title: i(,t ?as-4 En k ATTEST • Fidelity and Deposit Company of Maryland [Corporate Seal] (Surety Name) By: Q. Name: Rebecca Haas-Bates, Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (213)270-0600 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for Surety) APPROVED S TO FORM' By: �� ; ..___-_, Michaei'd.Vigliotta, City Attorney NOTES:This bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of any person signing as attorney-in-fact must be attached. 15-4584/117174 Page 2 of 2 PERFORMANCE BOND CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 f • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached.and not the truthfulness.accuracy.or validity of that document. State of California County of Riverside On 06/02/2025 before me, Kathryn Marconi,Notary Public , Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ace subscribed to the within instrument and acknowledged to me that he/skte/they executed the same in his/her/theiF authorized capacity(ies), and that by his/her/theiF signature(s)on the instrument the person(s), or the entity upon behalf KATHRYN MARCONI of which the person(s)acted,executed the instrument. ..� ^y��� Notary Public-California i-' Riverside County I certify under PENALTY OF PERJURY under the laws of the State of Y <'►�r; Commission#2490731 r California that the forgoing paragraph is true and correct. My Comm.Expires May 21,2028 WITNESS my h-nd - d official --al. Signa 'r / /A'(�Q/[�f` Place Notary Seal Above et6nat /f tary Futltrc OPTIONAL Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Performance Bond - No. 7674047 Document Date: 05/29/2025 Number of Pages: Two (2) Signer(s)Other Than Named Above: Rebecca Haas-Bates(Attorney in Fact); Michael Vigliotta(City Attorney) Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: o Individual o Individual X Corporate Officer—Title(s): Vice President o Corporate Officer—Title(s): o Partner 0 o Limited❑ General o Partner 0 o Limited o General RIGHT THUMBPRINT THUMBPRINT o Attorney in Fact OF SIGNER ❑Attorney in Fact OF SIGNER Top of thumb here Top of thumb here ❑Trustee o Trustee ❑Other: o Other: Signer is Representing: Signer is Representing: All American As•halt • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ' C:�c�t�s�:�<!�tfs:.%�2!�<!�t :.:�::a.!:�c!�c{-.�c! <=r::Crrs�c ',•�c!�c{arC:Ct�aK�C�:!a.aN,cCC:�.!�.�c::�t!�c!:�cG-�.�s:!-.a!aC�.^^-.�r.c�C��c.�.�.. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 05/29/2025 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Name(jl of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons whose name(). is/awe subscribed to the within instrument and acknowledged to me that i9e/she/they executed the same in his/her/their authorized capacity,and that by his/her/their signature .on the instrument the person($. or the entity upon behalf of which the person(s),acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. —• �� ALMA KAREN HERNANDEZ Notary Public•California �<!AE Orange County Signature Commission s 2390908 Signature of Notary Public a�" My Comm.Expires Jan 16,2026 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Performance Title or Type of Document: Bond No.7674047 Document Date: 05/29/2025 Number of Pages: Two(2) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer— Title(s): ❑Partner — ❑Limited ❑General ❑Partner — ❑Limited ❑General ❑ Individual Cd Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee 0 Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any - time." CERTIFICATE , I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 29th day of May ,2025 . ,Np",,,,,, . ,pt"1 uu,"q, ss g;.Cp,,hq, , 0,st tydq 4/'QP O74, s% 'WA. ms ° 2i •4(° " o z ° ASEAL :ge oSEAL i 4 'ho a um,a",`` '6'441�nN� ''v... ,,p WYOA ,O Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfclaims@zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint William SYRHIN,Richard ADAIR,Rebecca HAAS-BATES of Irvine,California„its true and lawful agent and Attorney- in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL • AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. • The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8, of the By-Laws of said Companies,and is now in force. • IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 7th day of January A.D.2025. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND • ,,ouum,n,,,,, `ao i u u,,,,,, , u„u,n,. sump +au, ,,' o yq com� ()jkibt, 0y4 'PO�� OP �1�40 :=ad°SEALm;�" `= °SEALlJiI °i°SEA1:1 1 • By:Christopher Nolan %�� ... '�D` '�' ro' a ° %' '' ' • Vice President '"'�nnuno a` ` "'n ��P" n11111W' p4t/iL • N �1,-- By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 7th day of January A.D. 2025, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth . and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. �,.evi etv..)44.11/1c0n-- e Genevieve M.Maison Notary Public My Commission Expire January 27,2029 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 Bond No. 7674047 • Premium is included in the performance bond Executed in: 2 Counterparts BOND REPLACES ANY PREVIOUSLY ISSUED VERSIONS PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS: • WHEREAS, City of Huntington Beach (hereafter referred to as"City") has awarded to All American Asphalt 400 East Sixth Street, Corona, CA 92879 (Contractor's Name and Address) (hereafter referred to as"Principal"), a contract("Contract")for the work described as follows: 17th Street Arterial Rehabilitation, CC-1771 (Project Title) WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to furnish a bond to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law, by a duly admitted surety insurer under the laws of the State of California (hereinafter referred to as"Surety"); and Surety is certified and listed in the U.S. Department of the Treasury Circular 570, and has provided proof of sufficient bonding limitation, as shown in said circular to provide bonds in the amount required by said Contract; and - Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's - or Standard &Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's, or Standard & Poor's, to validate that Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance, NOW,THEREFORE,we, the undersigned, as Principal, and Fidelity and Deposit Company of Maryland 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 (Surety's Name and Address) as Surety, are held and firmly bound unto City in the penal sum of One Million Six Hundred Eighty Four Thousand One Hundred Eleven and 00/100 Dollars($ 1,684,111.00 ), this amount being not less than one hundred percent(100%) of the total price set forth in the Contract, in lawful money of the United States of America,for the payment of which sum,well and truly to be made,.we bind ourselves, and each of our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal, his, her, or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code("Claimants")for all labor, materials or services used or reasonably required for use in performance of the work described in the Contract, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such Claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or 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 the work or labor performed under the Contract, Surety will pay for the same,in an amount not exceeding the penal sum specified in this bond; otherwise,this obligation shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable attorney's fee in an amount fixed by the court. 15-4584/117357 Page 1 of 2 Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract,or any contract document or any work to be performed thereunder, whether made after notice or not, shall in any way affect, impair or release the obligations of Surety under this bond. Surety hereby waives notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract,the contract documents or the work thereunder.Surety also waives the provisions of California Civil Code§§2845 and 2849. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such parry's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: May 29, 2025 ATTEST . All American Asphalt [Corporate Seal] (Principal Name) By: _ - Name: - r\i,arf6 c? ( ' -l sop, Title: Vi(,t Py-r lA[4.4' ATTEST Fidelity and Deposit Company of Maryland [Corporate Seal] (Surety Name) • By: calo Name: Rebecca Haas-Bates, Attorney-in-Fact (Signature of Attorney-in-Fact for Surety) (213)270-0600 (Attach Attorney-in-Fact Certificate) (Area Code&Telephone Number for.Surety) APPROVED S TO FORM: By: � � • L Michael J.Vigliotta, City Attorney Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. 15-4584/117357 Page 2 of 2 PAYMENT BOND CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached_and not the truthfulness.accuracy_or validity of that document. State of California County of Riverside on 06/02/2025 before me, Kathryn Marconi,Notary Public , Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ace subscribed to the within instrument and acknowledged to me that he/che/they executed the same in `-Rf> KATHRYN MARCONI his/hec/theic authorized capacity(ies), and. that :by his/#her/theiF Notary Public•Carom signature(G)on the instrument the person(s), or the entity upon behalf r - Riverside County g of which the person(G)acted,executed the instrument. Commission 4 2490731 - 'L,F ' My Comm.Expires May 21,2028 I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNE my hand d offici I eal. Signatu p ( Place Notary Seal Above Slgnat of No u va. OPTIONAL Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Payment Bond - No. 7674047 Document Date: 05/29/2025 Number of Pages: Two (2) Signer(s)Other Than Named Above: Rebecca Haas-Bates(Attorney in Fact); Michael Vigliotta(City Attorney) Capacity(ies)Claimed by Signer(s) - Signer's Name: Edward J. Carlson Signer's Name: o Individual ❑Individual X Corporate Officer—Title(s): Vice President ❑Corporate Officer—Title(s): ❑Partner 0 o Limited❑General ❑Partner 0 ❑Limited o General RIGHT THUMBPRINT RIGHT THUMBPRINT o Attorney in Fact OF SIGNER o Attorney in Fact OF SIGNER ❑Trustee Top of thumb here Top of thumb here ❑Trustee ❑Other: ❑Other: Signer is Representing: Signer is Representing: All American As•halt • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 C:s t!�t�r�<'.�e!N�-.\<::�<!cC<�:.:\d e:\Y.:\<!EC:�• r!cCe!Cr�c�:�NLCriCe{dt!cCe{^<gc.<!ci:!�e!\.!-.�.!�.<�-.\.�<!:�efc\t!c\:!a<!:\r�c\e!�e.�C!a�e.^.\<! A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On 05/29/2025 before me, Alma Karen Hernandez,Notary Public Date' Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates NameN of Signer($ who proved to me on the basis of satisfactory evidence to be the person* whose name*). is/ace subscribed to the within instrument and acknowledged to me that fie/she/the-It executed the same in Pits/her/their authorized capacity ii'�, and that by his/her/their signature ).on the instrument the person(* or the entity upon behalf of which the person*,acted, executed the instrument. 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. rh ALMA KAREN HERNANDQ s ,� . Notary Public California • z - orange County- Signature . .� • Commission#2390908 L.•6I" My Comm.Expires Jan 16,2026 Signature of Notary Public • • Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond No.7674047 Document Date: 05/29/2025 Number of Pages: Two(2) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): El Partner — 0 Limited ❑General 0 Partner — 0 Limited 0 General ❑Individual IW Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: 0 Other. Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland L:C:�<<"�<C<L<v.v«.<�<`,'.Cri:`,:`,<`cC-!:C..'.\!=c%c�::\�:C�'.\.r:ic..<✓c<-•'.<✓y�.��'\✓r,\;:�'.\'�'.�:.'•\�:<Jc\✓4�.<�✓'.�!'.�.=�'.�=�.<`✓_tC':s\✓sLc�.c' ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 P , • EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any • time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the , foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. • This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 29th day of May ,2025 `,pxsualtya4°•, aa�,,NIN30�P���oi :.0,agltco�p�,i, �� SEAL 10E _`�� SEAL IV ! SEAL 11_ 2A in: f2t� gym\ wr• y 'P,,,",4�p"aU,se Vi,,/H yO K., 'P��4nn u",,,"`, Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfclaims@zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY • FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint William SYRIC N,Richard ADAIR,Rebecca HAAS-BATES of Irvine,California„its true and lawful agent and Attorney- in-Fact,to make,execute,seal and deliver,for;and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8, of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 7th day of January A.D.2025. • ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ,um�u,, ",U""u",b£1H °SEALmf ' (°SEALmfs incis fe By:Christopher Nolan ';;°o •.•......••'� ,` w y-E y s' Vice President ,"'nu„n,,,p0 ,�''p i,,,,,,,o�``` ",pi,,,,,, "�^ • By: Dawn E.Brown Secretary State of Maryland • • County of Baltimore On this 7th day of January A.D. 2025, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. / F.0 No, �ouev�ue )44b 1111crrin-- 'oo 'Lg,` Genevieve M.Maison Notary Public My Commission Expire January 27,2029 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 RECEIVED BY: CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) after signing/dating (Date) CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION if TO: City Treasurer FROM: City Clerk DATE: (o i I SUBJECT: Bond Acceptance I have received the bonds for Amer oAnck, *ph A.I 1 (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's)Performance Bond No. 'I LY 1-4U Li 1_ Payment Bond (Labor and Materials) Bond No. I '—F V1 1— Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved 43)21 (Council Approval Date) CC No. 1 1 A No. I g ( 2 Lfl i) MSC No. City Clerk Vault No. ODD, 50 Other No. SIRE System ID No. � g:/forms/bond transmittal to treasurer .... 1°T.\cW° /...�''•► IN ..... Gro47%,. 'COq *� �•'• AR P RA �.. Fo . street.... ,,, ,� ...• , i Arterial • - -t - f - QRehabilitation , ,...,, . ,..., , , . _..... t 4, ... �- )„.„ • - • I Projec o• •• • 17 g09 � . ‘ # •■■■■• C' PJune 3 2025 0UNTN1 \4#,#•11 478 BACKGROUND „,EMMA 0 6FINIPM a mak iii EDI GER I.=AvIL N NTS liel g .g1111111141110.">,,_ iliord t AllartiiM.AvE r\ ..\\ . . 0 • 17th Street ( Main Street to Palm Avenue) \ IMP. . . • 0.5 street miles of construction .; '', 0.iiilir \ ,.---, , GA:M111 , ....., . . 4 . pill .R 1 • Iglu' KTOWN - • Project opened bids publicly on May 8, 2025 \• e e,z,"'4 :-s• %,4)11111Piiiiiii • 9.vec) 4•;,.N • s, il,4-,t1) C7A. ''ss '., Ilk:. WM l'157 ..?- . ss '.10, -. 1NO•NAP*L1S PRI ri>6sz's 4s . s , N,e*,z,`" •-k•\ '. % ' • ,_..., 1 III c ..fy 4\ t. q' '',.' •c•zs 44. N\ \ *s, Ntilgly IP 0(' so .:,•C'Z' • '.cils`4> `',ee 4.•• \\ 14,` ,e- 43, T 0. ‘7-es 1 s PROJECT LOCATION N -0 i 0 17th St(Min-Palm) 640 .C? / -0, Airjr41/ Al/P:ahr... • LEGEND / ' .... / •x\A-TINGt/) al ‘>A3 ARTERIAL SWEET LOCATIONS ar e_ v..............‘,,,y ,24,..,, , < c ..,ot,OP FM 74:040... AO V , • CI \ - ' :-41iNglitiakk k. C...,: • i A : ----I-•---.,;i ., .--,7,72- --=-- • \ ... --=---._-.--7-_-_:.-----..• Nk "P',-,% "67-''•-------1„,...e, ,i' NIk„,.....c- ,,,,,. ... c 40 --•L'utiNT`l il;,#' ----...........":- NEEDs/wHy/ BENEFITs . . • This arterial segment has a minimum Pavement Condition Index (PCI) ratingL, of 42 reflecting a very poor condition, warranting rehabilitation. • New asphalt overlay required to existing pavement for extending life of street .. • Replace damaged and uneven concrete -y� s • Construct ADA ramps ' • ; A . . - ,i ; • Landscape enhancement with tree replacement .' f . s .w • Drainage improvements ?; • Striping and signage improvements • Utility adjustments and cover replacements = ' f '4' �� , M yi F r ), ..„,,.... .,41* '1''',.*. ..„..,V;rieJA.,r,,t ' %.: 411;4:, :;"'"` ' �,� p+00. art Q "•R.° ..g M'e'.0 , it_ .:56`'- .•- .cti�,,,,ri• `. apt 7 Lk • r. n '=' �-. =r ills\ INGTE ail'.•) �,oaPORA7.o••.��F = — - - ,.. ,,,-,.,,,,,i-, ,== cDt.IMPOI: .. c i 4 • *BM1 0I 1 ‘ F •. 17,1909 -- / =COUNTY � ii# FUNDING • Arterial CIP Funding $ 1 ,952,522AO • This project will be fully funded by the Road Maintenance and Rehabilitation Account (RMRA) , NlNGt % ‹c, • , : , OUNTN #;, SCHEDULE • Construction to commence in Summer 2025 • Construction to finalize in Fall 2025 # ::: . : : ,,:". 6 .--..--, ,,, 0.7pioN.:,...T.:7; . 00.,......... 4,--.... o - -- % , .:------.---:-----=)----.,.-__\.-‹;.‘ \ % •vi %.,0:0-dakii, ;, ',..'?4,:,._.,----- i -----,---_ ..--_-=------- z.)..• -'-------'0:•/(\ck" $ "...4„ye:'••.,- /7 Isos. :•-• <c-- 0, ...„.... on7.......... ..\..,,, 00 -""...........tore- RECOMMENDATION • Accept the lowest responsive and responsible bid submitted by All American Asphalt in the amount of $ 1 ,684, 111 .00 • Authorize the Mayor and City Clerk to execute a construction contract in a form approved by the City �� NTINGT' Attorney. <'. • : :aililftWf_ :g �'•� '-:.'yip��' ��1 =cG2NTY;;;,if • Questions ? _ :: , , . . .eff ._, .r.--- .� _ pro; i i,�Ylk all il , I I , i ° , , :•..- {�tr�.J.,. d-.-�`t.A.:.t' t • i1 . ir j! 1 ', _ x xi } £'—v j " , ` i ' } ✓♦ '^' frR � M^ .� v. . "'s-«.', ir { k ` . 1,.., ,r •, . ,'} i \Irkgiattkii. r G^ . , r .. t rn i k;r ,t , : .• a ki '-, t '}'�, {sr l t; '� a,_. t ' . . it + .. .! ,tom: ryr , <.' fi ✓ ' ' *r t ,. .F # , 're `,, ni„:ti _ 4 i' f ve,a 'S • , rX " '4' `*.' `A C, •; . 1 '14% 4f:. y c: ` / .,,, psi' 0�,}� `� ^I..:d'a"'"�'`M atiituy ‘•l. .. :. �. 7.' g6-`: eolumn : per: % / s/ /a9as SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of 17TH STREET ARTERIAL REHABILITATION CC No. 1771 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 AM on Thursday,May 8,2025, on the City's PlanetBids System Vendor Portal, at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's PlanetBids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340 Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications may be downloaded free at: https://www.planetbids.com/portal/portal.cfin?CompanyID=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents, to be added to the prospective bidders list, and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check,,or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street,no later than the bid opening date and time. The bid security must be submitted in a sealed envelope bearing the name and address of the bidder, and the outside of the envelope must read as follows: OFFICIAL BID SECURITY- DO NOT OPEN Project Name: 17TH STREET ARTERIAL REHABILITATION CC #: 1771 Bid Opening Date: May 8, 2025 at 10:00 AM The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The project segment for the Arterial Street Improvements is 17th Street from Palm Avenue to Main Street. The street segment improvements consists primarily of cold milling of the existing pavement, deep lift removal of failed roadway sections, asphalt base paving, rubberized asphalt concrete (RAC) surface course paving, limited removal and installation of concrete curb and gutter, concrete sidewalk, curb access ramps, cross gutters, driveway approaches, reconstructing local depression, tree replacements, installing composite manholes and valves to grade, and installing traffic loops with striping and signage. The contract shall allow the Contractor 60 working days to complete the contract. Project NTP shall start no later than Monday, June 23, 2025. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to Bidders. Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids,to waive any irregularity, and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 21st day of May 2024,by Resolution No. 24-349. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH I,t A. IV:,, INCLUDES THE iALLEY N VALLEY VIEW 1920 Main St. Suite 225, Irvine Irvine, California 92614 (714) 796-2209 Iegals@inlandnewspapers.com City of Huntington Beach-City Clerk's Office 2000 Main Street Huntington Beach, California 92648 Account Number: 5272431 Ad Order Number: 0011730714 Customer's Reference/PO Number: Publication: Huntington Beach Wave Publication Dates: 04/24/2025 and 05/01/2025 Total Amount: $1638.60 Payment Amount: $0.00 Amount Due: $1638.60 Notice ID: pk8c4UFvlaneTQKSsUv3 Invoice Text: SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of 17TH STREET ARTERIAL REHABILITATION CC No. 1771 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH,as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 AM on Thursday, May 8, 2025,on the City's PlanetBids System Vendor Portal,at which time or thereafter bids will be opened and made available online. Bids received after this time will be considered non- responsive. Prospective bidders must first register as a vendor and then bid on this project via the City's PlanetBids System Vendor Portal website at: https://www.planetbids.com/portal/portal.cfm?CompanylD=15340 [https://www.planetbids.com/portal/portal.cfm?CompanylD=15340]Copies of the bid documents, including instructions to bidders, bidder proposal form,and specifications may be downloaded free at: https://www.planetbids.com/portal/portal.cfm? CompanylD=15340[https://www.planetbids.com/portal/portal.cfm? CompanylD=15340]. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued.Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code.Pursuant to the provisions of the Labor Code of the State of California,the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are NIEB 17th St Arterial Rehab CC-1771 - Page 1 of 3 See Proof on Next Page ViiilayINCLUDES THE FOUNTAIN VALLEY VIEW Huntington Beach Wave 1920 Main St.Suite 225,Irvine Irvine,California 92614 (714)796-2209 2000 Main Street Huntington Beach, California 92648 AFFIDAVIT OF PUBLICATION STATE OF CALIFORNIA County of Orange County I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above-entitled matter. I am the principal clerk of the Huntington Beach Wave, a newspaper that has been adjudged to be a newspaper of general circulation by the Superior Court of the County of Orange County, State of California, on July 1, 1998, Case No. A-185906 in and for the City of Irvine, County of Orange County, State of California; that the notice, of which the annexed is a true printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates,to wit: 04/24/2025,05/01/2025 I certify (or declare) under the penalty of perjury under the laws of the State of California that the foregoing is true and correct: Executed at Anaheim,Orange County, California,on Date: May 1, 2025. 1 i Cantf6t. S . ature NIEB 17th St Arterial Rehab CC-1771 - Page 1 of 3 SECTION A - NOTICE INVITING ELECTRONIC BIDS for the construction of 17TH STREET ARTERIAL REHABILITATION CC No.1771 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated prolect and will receive such bids prior to 10:00 AM on Thursday,May 8,2025,on the Clty's PlanetBids System Vendor Portal,at which time or thereafter bids will be opened and made available online.Bids received after this time will be considered non-responsive. Prospective bidders must first register as a vendor and then bid on this prolect via the City's PlanetBids System Vendor Portal website at: https://www.pianetbids.com/portal/portai.cfm?Company I D=15340 Copies of the bid documents,including instructions to bidders,bidder proposal form, and specifications may be downloaded free at: https://www.p►nnetblds.com/portal/portal.cfm?CompanyI D=15340.Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents,to be added to the prospective bidders list,and to receive addendum notifications when issued. Any contract entered into pursuant to this notice wilt Incorporate the provisions of the State Labor Code. Pursuantto the Provisions of-the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft,classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dlr. ca.gov/DLSR and also on file at the Office of the Director of Public Works,2000 Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5%retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention In accordance with the provisions of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit.bids In response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashiers check, or bidders bond made payable to the AGENCY for an amount no less than 10%of the amount bid. For electronic submittal of bids,the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street, no later than the bid opening date and time.The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name:17TH STREET ARTERIAL REHABILITATION CC#:1771 Bid Opening Dote:May 8,2025 at 10:00 AM The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractors License Class A,at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.All extension of unit prices will be sublect to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The prolect segment for the Arterial Street Improvements is 17th Street from Palm Avenue to Main Street. The street segment improvements consists primarily of , cold milling of the existing pavement, deep lift removal of failed roadway sections, asphalt base paving, rubberized asphalt concrete (RAC) surface course paving, limited removal and installation of concrete curb and gutter,concrete sidewalk,curb access ramps,cross gutters, driveway approaches, reconstructing local depression, tree replacements, installing composite manholes and valves to grade,and installing traffic loops with striping and signage. The contract shall allow the Contractor 60 working days to complete the contract. Protect NTP shall start no later than Monday,June 23,2025. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided in the Instructions to NIEB 17th St Arterial Rehab CC-1771 - Page 2 of 3 Bidders.Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to relect any or all bids,to waive any irregularity,and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA,the 21st day of May 2024,by Resolution No.24-349. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH Huntington Beach Wave Published:4/24,5/1/25 NIEB 17th St Arterial Rehab CC-1771 - Page 3 of 3 `� U �...... CITY OF 4 . �'' _ HUNTINGTON BEACH Lisa Lane Barnes I City Clerk June 11, 2025 All American Asphalt Attn: Edward J. Carlson 400 East Sixth Street Corona, CA 92882 Re: 17th Street Arterial Rehabilitation — CC-1771 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the proiect is completed but prior to the release of retention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 714-536-5517. Sincerely, cv rye' Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov . , F D Fidelity and Deposit Company of Maryland BID BOND KNOW ALL MEN BY THESE PRESENTS:That we, ALL AMERICAN ASPHALT BOND NO. 085 97 423 as Principal,(hereinafter called the"Principal"),and FIDELITY AND DEPOSIT COMPANY OF MARYLAND ,a corporation duly organized under the laws of the State of Illinois ,as Surety,(hereinafter called the"Surety"),are held and firmly bound unto CITY OF HUNTINGTON BEACH as Obligee,(hereinafter called the"Obligee"),in the sum of Ten Percent of Total Amount Bid— Dollars($ 10%of Bid ),for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for 17TH STREET ARTERIAL REHABILITATION CC NO. 1771 Bid Date: May 8,2025 NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 28th day of April A.D., 2025 ALL AMERICAN ASPHALT Principal Witness (SEAL) �1 z.� BLS onV I C L rGSterl c } 1JrKf 7 , FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety By tic.46C11.01C3 55E11166 (SEAL) Rebecca Haas-Bates ,Attorney-in-Fact BID70000Z20701 f CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached.and not the truthfulness.accuracy.or validity of that document. State of California County of Riverside on 04/30/2025 before me, Kathryn Marconi,Notary Public , Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ate subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hisftler-itheif authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf KATHRYN MARCONI of which the person(s)acted,executed the instrument. ", Notary Public•California W - : Riverside County ;: I certify under PENALTY OF PERJURY under the laws of the State of s Commission#2490731 California that the forgoing paragraph is true and correct. My Comm.Expires May'21,20Z8 WITNESS my h-n•`nd offici seal. Signatur V i Place Notary Seal Above Sig at of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bid Bond Document Date: 04/28/2025 Number of Pages: One (1) Signer(s)Other Than Named Above: Rebecca Haas-Bates (Attorney in Fact) Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: o Individual ❑ Individual X Corporate Officer—Title(s): Vice President o Corporate Officer—Title(s): ❑Partner 0 o Limited o General ❑Partner 0 o Limited o General RIGHT THUMBPRINT RIGHT THUMBPRINT ❑Attorney in Fact OF SIGNER o Attorney in Fact OF SIGNER o Trustee Top of thumb here Top of thumb here ❑Trustee o Other: ❑Other: Signer is Representing: Signer is Representing: All American As•halt •.. .. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 C: Cc.�.�:!�r!.�<�Ks�.,ra<�<!sC<�:.:�:�<�<!:C<!<Ct!sCalc�<!-:�c!s< '<�:�<!:C<!:C«o:<!sC<�<;a<!a:!T<!�«•<�Ka<!tS<.r.�K:�.•ic�<��.!�'<:�<�C��<!LC<. • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange _ On 04/28/2025 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Name( of Signers,). who proved to me on the basis of satisfactory evidence to be the persons whose name(§). is/ace subscribed to the within instrument and acknowledged to me that He/she/they executed the same in ltis/her/their authorized capacity*),and that by his/her/their signature .on the instrument the person(a),. 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. S�• °'r - Al1AA HNE NotaryKAREN Public ERCaliforniAND Za Orange County Signature NSF Commission;2390906' �L�•O0.`' My Comm,Expires Jan 16,2026 Signature of Notary Public Place Notary Seal Above OPTIONAL • Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 04/28/2025 Number of Pages: One(1) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer— Title(s): ❑Partner — ❑Limited ❑General 0 Partner — 0 Limited ❑General ❑ Individual 1,Attorney in Fact El Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee El Guardian or Conservator El Other: ❑ Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 , EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President • may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 28th day of April ,2025 • gasuattY aqo., ,,. o./„p , c e• o P .c': E u°P �miP'E rJ°P R9 s a r O „i =c•U : SEAL !o_ 6i°SEAL`", of SEAL lEg ljgq,�i7 ...:..+r1J�`• �.,?\,�8 .�T. �y 9ry,.,�BB •fc`�. u,u„S� VY°t e"`` n,n,,,,,",``` Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfclaims@zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint William SYRIQN,Richard ADAIR,Rebecca HAAS-BATES of Irvine,California„its true and lawful agent and Attorney- in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8, of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 7th day of January A.D.2025. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ` asually N.,' L// ��IIVVIt__nnll//e p r4" ?•�`°�'Oc�PP���aI`�`r�O'•,� 4.$S` m'Q•p°QKP•CO om i4-7 PORgA<.„-' 111 _rEiVSEAmf- .t°SEALm}i_ , °SEAL 9k m,�OI'�s' _ By:Christopher Nolan '�'•»...•�ti�D3.= �� T�.�'• V4:•••••'22..••'•Q�` Vice President �N'4"m n""�O"�\ 'NNN ��P�```\ qnin"i,,,,,\ By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 7th day of January A.D. 2025, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. • ,EVE M"''% rs �VfVI�'U2 44 Imo— �''.�47EC��• Genevieve M.Maison Notary Public My Commission Expire January 27,2029 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 — y..yea x, t ` ,` y, 'a ' , i x_ OFFICIAL BID SECURITY- DO NOT OPEN' n Project Name: 17TH STREET ARTERIAL REHABILITATION • f _ � �t tea CC #: 1771 -:*.in,.....,,' + " x +tr, x�,� .. ,r, y'� x r Fxxsr�f.. 'Tear�- i -.."* .�,k�`�- '4 ,.., ,5,, .;i�"`f,,'�"'-y `,"'!X ,:.+.G€ ,� _�,if�+^.�. �� �.g�sv ..-Y_« ,. x�„'"_ • 5✓�•• .G +�s- ttt,-*:,Y:ti, '7u+X�T?'JG .. .: .. ,- .•'.,,a .. v t J,3;-' 2-. �y,y.. ,_ c'I .,-"'..-- +FFa..,1,„ ,-,ki, r� .`'e 'J# '# uy�.:. -v wt•••...3t t1x t. , ,,, ,?t �; +' .r:i•--'x . i o,..10 w% r.�' ° i'+.' ;.3 4,# ' a - i•s t,�r':..e.x^'trt„alv .-".. + . ra:-.4 ., ` -Ya. _ Y .i :k » �^k.y _"ei t -k ". aR A. 3.'k-.'.^'x'."' ,h e+i7..w4 a,'.• .: n', _1,' -.," j�=��A iu- � •.f,. �,s .i+"�,*�l:> •��i '�S �E�,•'`�,t ��r.� d"• �' '�if.:h „1� �.!«x = ,+r • . k^:r^'V,� �.,' .; �.> ti� a�.�;�, -., :t-:�. ,�..;�,,,•R ( a,-.,,a, h, "�' „i �'�;.2�' r x y,�y�'9£ '+j�'.:e�` ,y 'r: .P'-. 'c^•,>,St ".41. ",'x'+.,. >3'.� -F'n..b ,'nY ,',`.,rt:Yew4 G•-""t"' - r • ,.Xs � �*,.��' _. „> ,>� 4,°.. -•r..},:� ;��.'3r• .,..> r� �'.�,,, -.�t ,•+�c'S•�e,� is*,��.f•;rtF _sa r '-F�.� e�li,: �'4'• b�'� `' +t'�{� y "it 'aK.' ,�„z�$ „5.:^(. '�}„y.;,4 vv " ...n or '? • ,� ,,-,,„ -ta "?,:.,—st•s; _ '- .t ° t 3 ' • . ...� ,�'4v;.,.�,,*"P+'-c,. ;,.= ..�'�: `' .*. '1� 'st:k%,� -.L :t" '�'.t _ -:.,. _ 'i''�:^`'"t"�rt`*""��x, n ',�F x.. n f .,';.�� w, .i rs,r .w: . yF^E. .- , .S y�y�l-,... g-.5.. .,� Y. ...A NK :'tr �e;H � " 1• 4 ,n:. ''Z p�.3" \ .4...7 ..- .:,:• -t..--ell ��p , �:.- .` ::xy.. y• y-M, -,l v"7:.wn y.,1,Th- 1 •- `,•d' a,�E ,h'.-r,; i p(..+ .yy��m! e' "�' :dam p'« +, ..', ., T d':. J«j,: �.,i"I. `s,` T: '!�•a.s r G•,•- X ice" yE-' 3,•. � .4.--f . rx. L"4F ,4.4 #•4. :1'�!' �$, ' "'',-' x p ..1 x k< - ._,.,{,0,p. "ii, `-': �+ti�-• a.Iw"+yyr;7 js�.wr"rt;", 1yG"'xS .Ss``" '. n?_..."+.,z� .3&}i.: 4°t•:? ,t. e.73.Z 'r"�'":,'`f?t.[;a'`","': _, "„"`s" "i .�; '�"-sr�,:" :-• a,"t* roF-'.•'_,'C";" a '' .>.w; .�s .,�.�'�.��,.�....; ,..:..-e�....of.,:..x».�n..:-?74+'.:.._�..e.. yrL t 's • r 'vr 1i Jrr". �- ♦tea :rys{'44 .y>" ,� f. i e ��•V.�4+„�a - . Pk‘N - - 1 ALL AMERICAN ':,, A = ASPHALT ` {" 1 r< . r+ (, AN EQUAL OPPORTUNITY EMPLOYER •r- ,. t o 7.`n hi,x„�yt ` "% - r4" .- � '' }�" P.O. Box 2229, CORONA, CA 92878-2229 yyy �� iP :X•5*^ '•-. 4,>]'1.',7 Xk W - } S:, �{ �'A.yn�e N• �,k49y'•Y iv '• " ¢' ,, „x n;,r, "^"�: -, s�k+CC✓t�w w., ,r :,; 4.-� r�••+F s.v w3w i+ M fic ��•K`s � vi, NyX'Pf;� .L ;;Y,- 'i.."' .R"''-'t t',.,..'Ntr,1".-LI.,''.''',.',4,',,,•;•%1V:."_•,"."4''.--,'."..•:• .", . ,,-; ''K) '''''Wl... '.,‘1 :11„:.41'.",•.4.-:.-1.;. ;..'..,••=',..,. `.,1"k::-.„:i'..'..--; ,:i' w. ^.,^a- rRs ,p`°"3 *{ .Ar r w+� i3 '. ' /V`/O 1 1 ot ..-.. .- . . • ir\ { �I� (/s�/,�{ (/.���/f �y/�x'J/ xh5 it ., i %i�,;.-m'ak2 •1.1f�" '.li„�s,. tS L- n:., , _ta. L 1- e c�/'l r n/'I► lam/ 1 1 V 1 CJ : 'f.1'fi 4 fir§ .". y -- q -,s+'• ?�{ s ors ! ' 1✓1 J l/� s tJ-�,(/�C� f w.i. ,, [,- ✓r 4 �`_ 11�� 1 p C V x t -Mx i W - `S�r tir 1• F q� M .r- c • � ' f` RETURN REQUESTED , ` -'; ..r `«�r' t'. ':�"a�'ir" :`x '�'• .4 ;,w?+..;•:s2/ s 4•?;3- .+ 2!t,; -t y'T€,';y.,}�,r# "x.r,46r`�%.."•;n„y" s • -. , ✓' .�a ... r. .X; rfa L • ' • t j. »5 Y 5 '94.dam, . • ,,� c t b >;fi,...«-. �i ' �;"4 ,,,: -..`� *+. - 14 - - t 7 -, :ice'. ,k. ,� ti,. ''•- z$ °'', +,4,"r', ,,..}• ..- Vt '.• x r.....t „",• _ A.w .yam;"� • i ,, V:'''0,q ,c" `Y`+r„M`vwM �' "k^4. '+.lr'S - % _ a br a -;,> ;t,a • A- i �i r'r".4. 'M'r _ t 7h.. - ('F :,1 h��� -�r y� ,-V'F.^,'4 *^!�.',':�`' c -" ',C - Jk = t r' e -,-,: .. jvt= - -4 _ .u= y yya»'d. `#sa n .a. s >r" F.. •a n''i "" `x. ,.._. - sp.. •li*�0^z:-i'�`.<, n"'` "-i .. - .. - '" +1,- is ',€ ;.-. :t `a.-+X. -7:3:.'i p'�' - .$s a> -.:a 'i,..,, •,la°.-?, '. :,'•zer -'�':� x, .i".:$ - •,y q ` ,f',i. • _-> ,-.." .. _ • c q s �' `C' "- „• iL.,;,",t , d ,.is # *`3 r " . 'I t�F F "r } 4 *!. I' 3tn.'8, "• •,„ rf'r �'.1.,, #4•' -.s .*e -r1 ,� a -. ..,,. «.' r .r.-',.-- -1� ;s'q r$., .. ' zs ,y •'i,t �i ( : ate' k<-z"- .r ::, Za:ia '!4M- ...:c a " ,',i -e',"q�;w: .' ;t:� - R-3, i *" ems . �. w. •. 5 r.; r �' x >.�,•} .t' ., a ,"-''`:( f••• -, " t. > a.,�:. 'o'i`-t', --,1-kr ,;"t'r 'is' •_ ..;t5 �.�• aY-0'..iY.. t '�S A-�,i ��`A F".. .�..�y Y{-.,,c,.?,� ..+!"1 -�- -,�44u.,A:�;�,,ii j•y�,$�ut•3. "� V -ir` .. . ='�4' yY �, X ,,.,:, ,'! ,�,y'� x+,. yN .l,jRi'd•�',. ,':'n-'rLx 'I•_. a., .a �'i•. iM� 'i""£,,- �:s r- ,"� �, Y- �,--..v•ri. - . .5 LL".„1 ..441 !T YYy .Ili.. ✓,. . �M'.... -Y*X , „ - . n s h• U�!may(., rY ,. Yam'. _ wy-' 71' - ^ Y+ 1 Y' :'L E,°''(>(r{ .Y.s'tK t, { . � 4 a .,,,,-tr .';�.'� , " •l%Y '' �;i. ';. rr,,.. :-Y' s 'A. yam.: ' 1 • Rfi ;.y c • �`, � , ,�,! �,;r a '` ty� ' �✓ w.,.w• •.- --, ,,,-+ .w ,._ , r yar,„3 ham.. a • .:,k.''.t"r.:ra�' ;M';' °4"."'�'�-,� '''".?^ r<._.- --,5, .. . .t'-.•._. prw ` • _•_. ..M ..r.. + ,'=d�vi,�- r. . '� —..� .. -----------— UNSUCCESSFUL BIDS CC No. 1771 FY 24/25 Arterial Rehabilitation Project ,6 NGT� CITY 0 F 11I0 . <c •'eoAQu'bJ.. 5 HUNTINGTON BEACH \2 re;= ~ 1' Lisa Lane Barnes I City Clerk January 14, 2025 DASH Construction Company, Inc. 6320 Canoga Ave., Suite 220 Woodland Hills, CA 91367 RE: FY 24/25 Arterial Rehabilitation Project—CC-1771 Enclosed please find your original bid bond for CC No. 1771. Sincerely, Get-'. r'N Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov MW railffrteri(10'. S E CTI ON „. for thexonStruction of ET ARTERIAL4MIAM,04310,N ,CC 1+4,1(7.7t • 'CITV-01:VVOTOTON11.t.A .1E 11'11F, :HONORABLE, MOOR AN)). MOIBERS Oh THE. 0(.1.Nejt OF irONVSOTOT).1g.400: comfilfAbek Ma' thd Notice-Inviting q5C111.101\11.0iiis;the:titddregned hereby:X9P94P #P4 Agtves19.1).9444:011the'Wtnic. therein deSeribed,ancliofnnii$1411101ovnlatetial,64-nip-the&and incident ins-titalicenecessary thereferi:t.11A00.4140"e,Wi.th,the'PlaiiS and specifications oti,41eiri the. Office of the City Engineer.of the City of Huntington teach The:undersigned ifgfeeS;toperfotin the Werklherehito the satisfactionof and findetihe'00i-vision.offhe:City;Ovine*,of the ofllinitingtntt Beach,and entetinto a.,conita4,0 the following'Odes',The undersigned Veep; . „ . to complete the Welt within:60workingOA starting front the.date-ofihe',Notice'to,Preeee4.. BIDDER deelares-111 at this proposal:T§,,b4s9d upon scareful PziOnirigioti,of the work site plans SpeeffieationS; Instructionsi'to Bidders and all other contract.doptunerits,..- this proposal is 000e.90f0x:01atit; i0bER,:detets:to'ent6F'inicca•cpritrgct with AGENCY at the unit nitclfpf,hunp Sinn pikes.set forth:in fhe'.tOtlowin0 id Schedule i-:BIDDER understands that failure to enter into A!.onttaot;:ittlig:itiafinet,and tin-ia prescribed will ruItijt forfeiture.toli4NOY;of the,.guaranty • ,aecompanying-thisTizqposai, , BpDpmgto6:41.0iids,,-..thkt a•bidis‘Tegnite0 for the entire work that the...:estimatc4 quantities set forth in thetBidSefie4i,4are solely ket the,purpose of and that final compensation p..114er..#1q contract will be based upon the actual quantities OE.Wbtic,satisfacterilyeenapleted, THE. AGENCY RESERVES 11154GHT,1,91),ELM AST1'Titti$AttgvETEI8CONTMct It s agreed that the unit and/or lump cum prie bid i404.alr aPPuttq'Tlatif 0*410i f4kg*:,t0Y-Sitiesfees,etc, , And will'ji ,g-tia..tan'ted for kiieriod of sixty from,the bid:donittp,4at , If at such, th.P.Otkm!60iittabtl .nof awati40;'0*A0EICI&STWiil:rdja:altbiiik:aNI:*11krp,ady0f6i0.41e:pkijeci, In the gaSO:pf discrepancies in the 4Ttxtnnt5bid unit:,ptites shall gpieglipsTr,., *toWed.:"anionlitS„ 2011,914.1.1,14.11g00.-tti. ifihrès. • • . . . . . , " 'Pl • • awAtilea .COlittact;the AiticfCti&d the§.that,in he ,event o the,B11)1:)E..11-7SH tgt executing ill0 tetinited:conttgiot and tiling tfiettecesSafy bonds and insurance:ceOicateA within:0 ,working days after the date 9Et4.0:1A6tNcrS`nOttOefof..,4ward.,0i`tonttant:IO:'thU,BIDDER,the proceeds of the secinity accottipanyihg:this! ttt become GENCY and 'tnla21?ick.aa4'thoaccOptauce;heqttnay,at tlfe,A:ci-EN.CY.S.ciptioni,b.cs:onsidere4 null and 7oicl. (land ,AcdOiriii4yihg thi§:proppal'Obi044. which amowitoi100-tif Total :$4,c1 amount is not ies than.14%...of the aggregate of the total biaDri'doi its;-..faquA4.. .tho.Nnticn Inviting ELECTRONIC Bids piyable to the A6114,0?: iinsert the words "Cash" i:certiflect-aeCki,;of"Bidders bond `)/0 r%,as the case may Any standard Surety Bid 'Bond form is acceptabfe Bidder:0110.1t itsrnify rnoetpt qi'all ikaOtc14, 0,,:if . . Bidder's•Signixiiite ' „ . • .. • • . . „. . . „ • • • •. • • 1'17r,H:$-MEET,-(F.,NN AVP..:,MAN:$7r),.017.71, otofdie) 0EDuLE. ,. - •-•• - •-•- - - - • ,..:.',Bid',.):-C,ct(st '' .:, •,-,-.v-;;;:ii-;-, ' ,'•;--,.;;;;;,:','" ,-,;,'-';.:,',..Y-..,Corit)tet-:. • ,' '' -Stint;., f;•..;,<; -, ,,E46nded 1s0.' • .0i)-4:,;2.. .,,•::"•;;;;,'.;, ,,j:,:pAcricitipii; ,,.,'•.:•:; ;',.,,,t;•.::','AclAiltiVA, 9it. ;J.:"-,-;',Pii494!iV;;,,kiNii3Oiiiiii-it•,,,;;",,,,':!,";: 1 -:- MOBILIZATION: :1 'LS $ 6000.:00. '$6006.00 . . . . .. . ..........,,. . . .., 2 '.•,:, :lttAPPid•bbiC41gq_F50i\i I LS $600066. :$04* . . .. .._... . .....„. . , . .. . . ._,. ... .. .. . . 3. -.-- ; ..,ugN•i'Sff.'PROUtd-ri-kAFFJ.000,i4-rik(*., so,,00060', $00,004 . .. _ ... . . . , . . .. .. . . .... ..... . .... „ , . , . .. ....„ ,. .. . FURNISH'4*,0:i,tisT4te,tipxpiT , ........... 2I-EA.$!110000 $'.2.:;2 00' . . , - - - INFORMATION SIGN •, '• . . ... . . . • .- ....... .............. ...... . ...... ... .• FU131\11.$.0 AND,INSTALL'SIGNINQ AND, ;!, 1• LS. $'4.30,566-09. , $:00<,',5062t/O. , • STRIPING .. . . . . .. .. , ., . - . . .. Pktlittfi'600,00 WO:op.(WATER - :, ' •: 6' - POLLUTION CONTROL F3,L,ANyTO. • 1 LS:. $2,260.00.. .. .] 2',2(10y:0(1, ADDRESS CONSTRUCTION BMPS• 7 . ,... . . , . . , :INSTALL AND•IviAiNtAIN CoNaT010f1O,N. 1 ;IS $:3-,poo4X1 0;39p:op . --- Bmp'5';PER'APPRovgp-wfVp; -. . ... . ... .. . . . . . ...-.. „ . ..„.. .... . . .,.......„ . . RZMPVETREANOROpTS:-.GRINO.TREE :- !STUMP AND RQ.0Is70,:24r'BELOW'TOP . . . 8-• :; 2 'Or SIDEWALK/GRADEt PULL OUT ALL : . . j 0.EA:s•1,20 :00 . $739•;806.00. ROOTS WITHIN PROPOSED 'IMPROVEMENTS.ADD BApi<PiLLM REQUIRED<TOVATCI-1 FINISHED QRADE; , • : •. . ... .., „. ......„ ........,,.......... .... ;.. . V;WQ:VTAND.REMOVE EXISTING . • . , 11? W'Al-K:ArEXISTINIG•TREE LOCATION, .. , • . , .. • .. AND CONSTRUOTTREE WELL Wrtft . . • :. SIDEWALK PER FiB.:81b.PLA4'7.1S:AND, •. : RETAIL NON•SHEET 5 (ITEM INCLUDES , ' ''46. '" ' i 46 crt: $z. ..9:9q.. , $ ,9,200.-.00- • - - ' REMOVAL OF:SIDEWALKi.,35.SFOF NEW , •SIDEWALK NO19-:.60tMiCAL.WED5 • : •• .pdiOribL giA0.141gi •To ESE DUPONT . . ,• .. 'LANDscARE.:mAkpAppi30.V :0.EQUAL, AND MULCH) , „ „....„ ... ........ , .................. . C-2.1, .•• ,,,,.. ....... • • . . 1 7TH:STREET'(F5AtiM AVE..,MAIN.ST.:)C01771 .. toct—0441,--:.7-'1'.. -.':' -: ';;,.'',.',;:,‘:-,,, ' ,•7.;1:''?'"..--.:2,..,:',..,,' 7::: Contract 1."'''' :.'".'',":0.022:--..,; Extended _ . .. . :• 146.:' No;, , - --, ,'--".,-Daieripifair7,i'!X•:ii1"' . :!citiAti0110rtit -:',',i?.ii :;:•'-I, ,'•,,A01,*iit,'•-."-:!,' , .., •..„........... ... . .. ... .. ;. • egRNI$H:AND'04:ANT:NEW.20 SOX.$3'8AwspORytREE-,Apailli$DiCiEb(D• , . P.41.3.:,11.P1-qT.P.:•PLANS ilit,.Box ' woweERRyIREEHARtieft:409..wo.. ' PER Hg.:.STD.PLANS 714:71$:;.'71..0;/is, 713 AS SHOWN ON,PLAISia.,c(IT.0 . • „ . - INCLUDES ExisTINO:,LANDs6A0EAN.D ' • , -A $ 2,87Q:00. . ,, $401320;0:0. IRMGATIONREM9VikkTO,kO.001VIMODATE:,NwT.Rg . .. REPLACEMENT OF IN KIND; .• ,: . •E•04044-1NOMITH 40..4.*..t6,0 S&L, .. •.• . , . . , .. ,.._,. .-- ANR.47 60•.ivilULDtLAND.INSTALLATION 60 . • AREiD,R=GMD-0R-irm6V.EbEqUALXT- ' • .• • .1.**. „1.5.As, OF THE NEW TREE), •. ., . . ..... . . , . ,....... , . .. ... .. S - 1- . .REMOVEAND,REDDNSTRUprSID,EWALK,. A-—-• •-•'-'2. PER HSsi-b PLAN.267 .,i 7,do, 1. . , ,0,; SF $, ,,, , $ibg.,46010.; . 200 • , - ... ... - , . .. . „ ...,. . . . GRIND EXISTING RAISED.LIP OF , ....„_ ... . . . 06NORET. .7-9,kmAKE FLUSRVititg• 4. !,LF: s'g'000 .. $361:h0O' . . :**01141Np:coNQRETE.PATC14 CONCRETE AS NECESSARY, . . . . . .. . , . . ., „.. . .,.. ,..., . , REMOVE AND RECONSTRUCT CURB AND . -' ' : ' .„.,.............. ...... , • \ .. UTTER PgRHP$TD:TIAN 202ANb, .. . . . . , „.. 13 7 .DE:tAIL13:4KS.HEET55,(DF=.8.).,(ItEiiii: 17.00 IF $1160 $,IZCI0T00,-. t OCLODEs,CroksLpTpAyEMENt AND - -,.,,.... .;', .„ LOT,DRA1N,), ...., ' , • .... . . , ,. ..„ . .... . _ ... . . :' •REMOVE.ASPHALT Miii•AND , • CONSTAUC,0001 .SAND,GUTTER PER H13-' 8 - . -- • - - :80 LF $.73:6D. , 0,840:00, StD,PLAN-?p2(CF--,8").:.rrEnillatLi4 § ., iy ',,s.LorPAVEmENTA611)..:01.1ipAiN.), • • , .. . .. , .. . . .„.-7..... .... ....„ .,• RamovE-MaREQMSTRU:cl:CONCRETE: ..if3F3AND"CROs$,ODTTEti..FiE0(0., 0,11.), . . . 1.002.05,ONpii4DES'Dupb,SpAkpPELs • - . . ".... :;..•_,..----••-. 4 300 $F $ 27.0. :$-35,190.90: 15: '9 • - • TRANSItIONS,;!.514110AVEKIENL,W13:, . . . .. AND ALL ITEMS wc #ARy..-to .. • i dpyipt.ETE.IHa.woRiorsi FEAqq4. . . . . . _ ... . ... . . ........ . • .. . ! . I l• I . . i . ...... .. ... : , , ,-.-:. . ......... . _ . . ....... .. . . c,zz . . , . . • . _. ,..._..... .. ...,.. „ .-..„. . ...,. . .. 111)4$"1-k t ET'(PALM'AVE.,- MAIN N.. 7,i:):Qc17.71 PROJECT B,i1jCi:IEDO.LE. . . ., • „.„.... ...,. , , Bid Const : , . •; ' ' •.' ', -'-::-.- :-!-;,;, ''' ;2;.";:04iiteici'?‘'-- ':.---;w: pro:, •: ,,, „. Extepoct, , :•";,,isr9;.,:„'NO1', •'••"•. .: , .,„ Dodrip(106. .• :, --: , • 1; Quantity. Unit :: -.'''-PrIc ;.-: ,_.• „ . . REMCAOND.COMPTRUCTGORYAQuE,S; • . . _. ,, . .........„.„. ..., RAMP.',.CEPREB$ED,CURB,mp 0417TFR, : •'• ',•. . , PER:04-HTIA...Ng .1'0:PLAj\rI3S'Fi'AOPA-f . . •- • . i: ,PROM,19QA TO gc,ii,,(QA8g SHOWN ON .. .• , .. . •li,•_(,*);';'(INP14Ps''',At4_!--A._FF1413T.E.N414C ',; . ,. .: ... . 1 .:,. . ...,; P;PKB..PUTTER,PEP..F.t.:EsSEb. (-4315.',. . 4j EA $7-,000A .$31200.00 "1 • 11.' ByjEWALK,DOMES,RETAINING p.uR,0, . . . . •CM ,SLOT PAVEMENT,ANDflLL:flEMS5 : 7 : fRon/.1,EgittC),BCR NECESSARYTO • COMPLETE THE-WORK IN:PLACE.. . . . •! !DIBIL(RBEC LANDSCAPE MUST BE . .. . 'REO,L'Acp*.KiNbl . .., . . , . REMPY.g..r../.'iNP-,13.%PNTRLIPTV101)1FIED. :• ,l*.$0:X.NTIAL.Ati,,E .APPROACH PER'HB SIP.PI).N.I."1.07.AND:209;CONSTRUCT '•, . HALF PRIVEwArATATIME.:(VV.PER :; • 11 ' 11 PLAN)(INCLUDEg.ALL:DEPRE8SEO tUkti.." 360 , F- $,23..00 .,. $12 880:90_ 8,.QUTTER,ONSITE.BLENCING;.RETAtNiN0 miRB,;..1sLOT PAVE,AND ALL:teEki0. NECESSARYTO COMPLETE THE WORKN . . .• , . PLACE.) • . .., . . . . . . ... . . . RENICWANP RKQN,IsTRUQT co.MMEKIALORIVEWAY-APPROACK PER. : . . .. . .,• 73'ITE,,PL A\T 21 1.CONSTRUCT WO: .. ORIVE*AT ATIME(W •' :,.. . ... .. .. .., PER PLAN)1.5 ;12: ,0NdLLII5ES,ALL'DEPPESSEDCURp.?, 6,400'SF $25.00 , .1.$5,090.50 !. ,. 'GUTTER;ONSITE . : 810,0Nk RETAINING CUM goT.Pot,ANDALITEms ,': ....... . . B E NEGBAR?1,1',9".CO.MPI-ETE'TEIENVORK IN .., .,. . . . .. .. .. . " REMQVE EXISTINGA.C.ANDA.B. .. _ „ .. :pAVEMENTTOA•PPTH.OF,..,.04 !)900. ) OLD,MILL CON'ak,11Cf-..N.E.W0.44;:-b-,,,pa j:! 19: - 14 ;7.0-10-A.Q,tvi8 COO R$ .0AF.205cid ..: :1500 TN:$101.,00 ._, $i80;5,00'.0.0; OOMPACTECf.; 01*ADE PRIOR TO •OLACIO:,00t.i!,•OHis"4.6"Utir .; 9,StJR3 : OVERLAY', . . .. . . . ... „ • . COLD MILL FxIsT,INO.X`C...PAVEMENT TO. ! '. ,._... ,• 20. 14 ADEPTH OF 0.1V FROM EXISTING ! 17-9,000!SP $:00.7 $60,23000: ., ,, •.: SURFACE. .. ,. . , . ..„ .. ,. .CONSTRUCT NEW::.01:VASPHALT:RUBBER . .. .. ..., 21 •i 01 •••HOT MIX.(4.13.044-G -PPQ 64 16):WET ,49,p•fN: $15600 !074400.00 .. ........, . •ORbot5s.OVERLAY'„.. .. , . . :REMOVE EXISTINPANDfURNIWAND- ' , . . . . ...... . . • INSTALL.NEW WATER IvIOTF,OOKAND. • •tA.:9;1..V0:,0b $4,860.00. , • cOVER.Ap)par AD ADJUST 67.170. . . . „ PLAN 60t . . . ... :,,. ., ,. ., • .. ....... ,_ ... . ----•-.. -- -- - • .. . . ,....... . . :p4-,3 ' • •. , .. . , •. . 17TH STREFt'03ALKA:V. .,.= MNR,M-,),CQ1771; lii30*.e.r..ao.stown..a:' . . .;:.:otd,..,,,,,,poop:m.;,?:,,,,qi,.:Arii,,,;!: ::: :,iirt';,,.:, 0 ; :1::: :d§fifi!o4i:f;',',.7'.'si:, ';'::-..!:,t,i0,#7;::'',,:'-E'::, t,gi4iiioiik,.',,:,1 0.6;:.:-.::!:4.4.-ii?.'gs,::,:;-:;-, 1ili,,::-tiiikotkilt: ;,...-!:',.!'':•,;: ;.::iii.440006i, : ':Fi4.4.::::,'"--- AIT10110''',A Ram,-Aeg'WNr.P3,VALVE BOX ASSEMBLY :- ..21" : 0- AO ADJUST TO dRAbEPER,iLijasM : 33 EA 3.i*8 $:00' . $'..60::326':06 , .!... .... .„.-.. P.LAN:612: _ ..... . ...„,,,.... . .... ... . REMOVE EXISTING FURNISH AN° . . INSTALL COMPOSITE . ! •. ,. .. 2 EA Z625:01) .$5;', 250'.00 i24 lgl. MANHOLE:FRAME,*COMPOSITE COVERANUAwoorTo PP,APEPER'fill'3 - 'SIti.0.1]AN'&•iiii): • :: :REAA0VF EXISTINGAND-FURNISH AND! :INSTALL COMPOSITE SEWER MANOtF; 25 ' .10 FRAME AND COMPOSITE COVER AND ': .3 ;EA:.$72625.00.... $'7:87300. ADJUST TO GRADE PER PLAN • . , 613(4.. ..... . . . . : . . . INISTALLNEW''QUECTQR,LOOPS PER crry. TANI:?Afil?,SPECIACPSOVISION:P.' • • . 26 FO, ..t...H,ESTCN , t' 4g..0..0.. 5.:1. 5J 86.06gt S194e1SAND.LIGHTIW tYttEAt'04)5 EA t , ;• EDITION:!SPLICE LOOPS TO til.b.IN. .• • : . . .•, . . : •PuilsoX. . .. . , . . . . . ., ADJUST EXISTING"MONUMENT:WELL TO •.' ••••: .„....... . ,' 27 i '21: .:FINISHED-6iVO.E.PROTECT:EXIStINO '2 16000 2 EA:,$: ...- :..,.. • $:430-6,9 . . SURVEY'MONUMENT*PLACE, • . . .. .,,.. .., ••• ' ': ' ADjL.1,3TEXISTINp 30,13.M DRAIN'OLEAN : .EA E 3•147:5:06'. t'$i'10•00, 2. . - . ...°OTTO FINISHED.GRAPE , , ,., . .-. ! ., -..,•••.. „„..... ,7:. , -.'.• AP;19grE>MPTIFIG,1NATEk mA)imog.:Tp , '-' 1, EA--:0;890:0,O. . .. sT.I;690,..00.EINISHED.,GRADE. ,..., . . .. . . .. . . . ... . ..... ,_ ,, • . REMQYF,ARP'.K.PQN3T.RUCT.LOCAL DEPRESSION PER-L1B STEGPL,A1,1 361;„A10'; . .,.. 70.S'F $31:::00; , :3:2070,00 . • 3.ii .14 •-., - .. .. ''• X/2.'ST0R:MDRAIN:GRATE TO REMAIN; . , • PROTEOTEC IN PLACE„„„, ...„__... . ,• . . .. .. : „ . .• -- ' ,i1,7,Total Amount Bid in.FibLi $ 07,30.00te3: , :•• . . . -. ... --- •• :. ....:• s.- . ,.. . .... .., ., . . ,• , . ... . t .0,2.4: . , LIST OESURCONTRA(TOOS :'accordance;ydth.Qbyetlitbent:Cede Section 4104;'the Bidder Shall:,set Toth the:naine1 and business address of each subcontractor who will perfOnb-:werkot-rentlet'Serviee to itte bidder on:, said contract in an amount in excess ot pite7halfof one percent Of the.'total bid'or kOoq, whichoprigroto,,oiriftiiplitottion oft.he,-0*,;„febederieby-such.subcontraptorl e. :and Address of State:;'' Rein • Subcontractor License RegistratioriA'Y contract • in her 20AmencanAspha'lt267078 kg-12 100000it04,1 • II$127,900.00 r$,Q.Box 2229„,Corp00i,CA Rom •.24, •• 25. 28;-29. CT'Carre6Cking,,,Int.,, „ • kti,be•-icitidOi 175p :$136,00.00 7.6.y.'• • I7•Commercjal Ave Riveraide CA bgspt C12 C3 911.92: dq?' • • :„ . 9118& O lkilditinez,ConcrelEI*,Inc.. ' '39447.1' 1000006160 .624102p,;90 1,4.,*•• . „ : ) • . . . . !• ; „ • , „ , •. " • .• • •• • • ,. • • - Bjt-Silbthission althis,proposal,the Bidder gerrifies; 1. That:hej able to and.will p-of.i.i.#4,.60$41400 atill:Work which'iS,not,dol,erediirthe 2. That iti.e.,A8.110".will be,furbiShed eepie S:of All StiheentractS::entered ititd 400 .f4thwiod:by;StibaOtitiacter fer'thiS 5 NONCOLLVSIONTAF—FID AN.-1.1 TO Bg.gXECITTEI)Irit.11.M.1.).P1 AISTO.SOIMirrttogWITH MD kclq6.14.,q,WO.P.0041V u1dóith dm Jaws,of theSiate.orealifpnii.Oliat 010.for6,goirigi$: . tri16.4ridtorre6tand that tliis declaration is',6xecaterati.p.Q§/971R ;,.rat i". ..• ....,-•. . VaodlancfHiils. ..7 CA.' -State; .040011 aliatiffaNa2' ,being first 461Y.wp,111;4oppsosl„arid.4.$&a:CU OE slid-Aa-. President• :Of DASH Construction Company,Inc. the party toakiiigAe foitgO4 liidili4t116.bict is pOt ma4q 4141161rit6r6st of;bt.i6ii:tli .15,ehalf 64 iiiy.undisdosodp6rspo, partnership.,:.cottipagy,..a8odiatioti,.64Pi7atiba;or-corpora-Hop;that 0;16 blidia,ganuin.6:4a0;:n.ot collusive ot'ailaKthatti*bidcier has not.4irpot1y or inarp 60 induced or solicited any 0%60.1040: . 46,pat In a false brAllani;blaaiicillas#0..direttly or iatlircptly 01100,conspired,.,oofihri;oit,,or , greed.with.**IY,:bidder,or*fiyOno 40 to'lint in,a sham bid,be that anyone-shall refrain.6Opi, bidding, that the bidder has,not in any Manner, directly. 13r,.1a4i±64jy„. sought by agreement, communication,or soafcrppge,with anyone to fix the bid price,or that aay Ptherbidd6r br:t6 apPPrOi.any advantage against',019,1).1.01iP:217,90 awarding the oEanyop61.6ter4t64.1will.6., prppc:10.contract,ttfar:alir.,$tatemata:doidain6d.M1116111.4g9.0.4c;404,.'fa..:ttli0r,..ikt the bidder has )10,;•clir6dtV-Or.itiditectlY. OT).1*ttgfihigic!fh_or.'bitt price Of aiiy'brealidowpthereof,or the contents iiiM0ti•or divulged-1r6filiatititil or,data relative thereto :Or-'pajd,.and:Ma hot pay fee.tel..apy. .,. , • , .. • . t, .... ...„.„,...... OOrPEiratibrvpartaprahiPoptnpatiyaasOpia4opt Organizatio ..bitt:46pos.j.toty,or gi.any member or ,.„ .. ... agcAttoroof'to 6ff66tiiitp a..66116§iii.e.:pr,§11*bid. .:PA$,H,cOntruction'Company,'Inc. ,•,.....,,_. , . .... .. . NaKAc'aBid46t. . . i ! :01'64::-.01fijiiide,...,' .-: '• ' - — - 1 i 6320Canoga AO.Suite 220,Woopland0,1CA.. .. AddrP §.0143i0f.igr .1 .i 1. • 1 ... I t [ , . . . „ .. . .. • • ---- . . • . .. . . • • 0,1:".....T(017- .A.4-REEMENT . ...00$ORABt•E•WIA,YitIft,AND CITY COUNCIL CITY-OF IIIJNTINQTON.Ot.ACII,CALIF9I01.IA • i• plOtlpiy.iptl,t i 1 The undersigned iiefebylromises and agrees that in the peiformancesifte-workapsecjAed.irite. i• <Oriiraef,:itnown:4-tp:illft,.$1.!likk.T ARTERIAL will employ.atafutifizeor4qoalifie4perseitis,aa.ifiefirtatter definedo:0 work.ia.:1)tOltialiti.to any electrical ecer,14..ary„:Or,transmission facilities The Terat:"Qa'aiffollfrsojfk,idefted;.:ih,Title g, „.... . . .... . eatiternia'Adinirii.stragve'Of4e,.:800104,27-00;aa:failev,sia:: '.1 .•.".... . "Qualified Person A:Petg'kaito;by reason exprJence ih sthiOticvi;i s.tiopiiiiFv4h the operatiOn.10:Oepqifortgiiicillz lic4aeds"00.iplife4t." j The••undersigned also pronli$ed and agrees that.:all•• uch-work Oiali'be.,..keriWiediin accordance. .•• with all aPiljPakl."4.1e.e.t.rIMAit.ility compariy'a.iregairemenfa;.P.nblic'T.Ttility.cprilrikf$s,iiiii'ordeis, altd;State:Of California C170, HA uirthents. i 'The undersigned forth...Pr promises-and agrees that Ale...prPVial0/ia herein shall be aric1,:atel:b1)144,apori:griy."Mbdoritiactor or subcontractors that,iii4y be retained or employed the undersigned,, arid that the undersigned shall lalse.:sieP -p,.§ are necessary to assure compliance by.any,said subcontractor pr,.'sribeoptra0oralyit the reittriirernenta.'eonlajrie,Alfeteiri. " .. • I.. ,D.t4F1 ciaa-triicticin torappny Inc: . , . • .„ Contractor ........ ..,... 1 — -.. '•?,.;:'::: ' ' 1 ,..:)';i',:-I.•;'• : ,t, I . 1 ..7.-r. . ... . ..,., • • tariush'Sfidhowaz President .„,. , Title Date- ,0.5/07,1026]. i .... •: . . . .. li- • • . • ID1S.QUAXw.FIG41r..IQN-QCJESTIONNAI°RE Th.<acEiit.dance;with:Government CgdeSectioil 10.62;4e"Biddershall;0oinplete;unc ',penalty,of' peijury the;following:gttestionnaire. 00.:0,TLONiVAitt : • ,, , Xas the dderr:any:officer of the?Bidder or any':eitli o>ee of the Bidder who lias a proprictaryt •interest-in-the=Biidd never been_disquahified,removed or'otherwise"prevented:;fr.`iim bidding on or completing;a'Federai;,State or local•goveinment'project'because of a violation of law or;a"safety regalation? ❑Yes El No If tho answer is"yes,ekplaia thelcirdiup#aneesin',theaapace provided • Note: This:questionnaire:constitutes a part;of„tl e:Proposal, and,a,signature.portion:of"the ` 'Propdsal shall;constitiite Signature of this,quesfionnaire: I "C=6 P. COMFENSATiON ThisuRANC (..E.RTIV.100E. Istifstiaiitt9i$4,etion $6,1,ot iht;Statel,abOt Codej.'cach CciptitCor tO w apubcworkscontract lf,a5i,$-001,0.W.Wgtl.shall :• 1 am aWat0`,of.the:.16 rOyiii6tiS Of:Sqctitirl 3790 Labor Cpd&which requite,c:yprjr thipilgyer to,be;itiS:414-*aiilSt ji4:611ftY fotworkers Oorilpgrisatibp,or,t6 undertake insurance in accordance with the ji.)tOiSicias of That code and 1,:gtiii,qtailp.i.yfwith,such. proviSion$bOut colt:it:1dt ciri&theyetfoImaricg '.13A8RqonSti-uciipti, ny Inc. Contractot. , • • . . . .„ , . )4' ' • Dariush.Sf.14fToy-0 ;PrOSIdefit' • 1 bate;: ‘.P6107/2925: 1 el; • ,• • ..„.. • • BIODOtle,S:INCSRIVOATION .MDD,MberrificS.,,that'thof011o*hig..14forreatioa.is:trao.anorrect,': .DASH CbittruCt0iipariy,,Jne;• Bidaer'N attie; •:6321YaridgkAy.Ctaite-2?.0. " • AddrOt.$ WOOOlariti,Kilik 91367 „ „.. . State; Zip .(747' -) ;226,1744 1pfb@depticOriStructiciheempariyi.porri ............... 'Telephone Nhinber Email Address: 86940$.: '0$,Cl:Z C13 015 C23 C27 032 C33 C60 061-,b40. iState Cdtittaator ij.:iense NO.and ClaTss 12/15/2005 • • •tifiginal.Date Issued tXpjratiori.Date ThewOrk 'etectilk:POIY.60h:PaV•01-Idi" Of:Our:office on maY:3' 2020„, Tli,o:folIoWirig are persortS, in,thfs proposal: DAS,O.onstructitin Company Inc 5:Corporation ,DeriaSh.$11ahneyaz :President&i§eCret,ary . • 'Vice President•&Treasurer „ • Majid Hajizadeli Assistaritecretary, . . . „ , ....... . . . . „ „.. • . , The uttc!Orstp.ed.isTreparecttO§ati,§ffilierouncij ofthe...Cityolliaafingto,Ocach,ofita..ahility.; fininoiafly or otherwise, to tOrtorm„.tile contract for the prep0c4,-*Ork.and iraPrOVOrrieritf. acOer,Cta#00,With:the‘filaii"S,•and Sliebifiddiena ArB C s.C42,-;Ca; „.: :0.91i1P#40ii111: Oatilis,h. hphriayazi.'FVr4ident,., ...,.... . PrhgectorTypocl.Sgrkitute • • • C4 NOTARYCERTIFICATE ... gubsctibei;ht&svorr,fc'liqqtp'.419tii.j,§4".Iy of Otk4.. 2O2 ) . . .. . . , . ...... . ... . , . .. ... . A notary public or other officer completing this certificate yerifie§:-.only 11.,. identity of the • individual who i.g.r.ied the document, to ,v,c,keh.;this ...certificate iA•4460404, and tiot.11* -fpitliftgligss,addtttgey,bi*ValiditkOfthat dodiiiii0iit, State-of' ( ,-;,,,r- . . .. ). County of;1;_3LI :4,- e, . ..) lq ' • ., ,f)b* beore.meM".1,VFA- .'4 - 'l -4,,,.1v)(40Vbi ),b'1..c, .M.iinth;D:a) tia.V.dat' ' . .. 1.44.ettlganad atict Ti tre.of.Nsithiir,• ' ' • ,,-.;• personal).y.:appeared.Tpriti4-1 5, NaineW OrSignerki). • , . ....... ...._.... . .. .. ..... .. ..... ... ... .......... .... .. . ... ... .WhOlAttOVed fOlue,,,,owthef.baiis of ati§l'apfory evidence to'.he.ft*:fidt$04;whose tiatueAlisfak subscribed to:te•.:Within instrument and acknowledged to rue that flic/S1ittpkey executed till 'salt* jn iiis/hritirir atfhprizocticsps.p.ipAVI 4114.tjigW4is/h'rii4ifSigrial-pkeN"bnilie instrument the pgspxiN,or,1.1w.entity:uppn hehallof which the net§on(„:ketc4;-..eXelite4'.theirtatititnetit . L'Ortifst..-inaddi ITNALit,OF,PT*.101.Y. under the lawa of ithe;State,of California that the foregoing paragraph is true alictdOri*t. MiZtSg,-..whaild:Aiact.ciffli4.1 seal 43i..,...'...7i.Z ..., i . . ktyPublic•Clt0 ,2 , Los lesCotnty c9Ittitt42S05337 . MC reqv2441'1... , Signature... ) t.:::.,0 - 7—• Piiblic ti't8C .'...NOTAint:gtA.1.;AboVE), .. ) .• ,• . ., 36,9: • ........ .. .. • Eôr:the put os of thi0 iSrojeeti the.bidder slall pr!ovWe'.:gMjeet:history of similar cp:44.rhiptioh of Arterial Rehabthtation.Projectswith curb and gutter ,sidewalk i;cult-access',.ramsp$,,'tad.Mj11,And,pNietlay,and deep lifts 'Bidders are ertebtiOgea4li stitihch.,si.ileiherita1ieleva0projectliStory illaddiggri,.*0.egrgjeets14ged,:herein. Listed below the names,gddress;Aii.di tetetiliode;;Alift.66.§.1*-ihtee public agencies for which within-ihe.paseEye year : 1. City of ,g,urit4(p.Velfey.10209. 1afar CA:927.0a. 'Nate:arid Address-of?01ig.Ageppy Name an.d:Te101191*•,No.-..of PrOject (714)508444.3. ,$Z877895.86 Pvingegneibte andIrealeniby,0 :08/0012025 Contract mount Type of Work twcpnip1:06,4:, Provide adaltfottal project descrption to show similar work: Rehabilitation:and Ikesurfacinq of Warner Ave. .. V.011eY:.1,020.01ateii.Ave.,VountairtValley;,0:ivaatti:&, Name and Address of Public Agency des&hi6.:Peria-itagg.14:),9.a.=4§1.4' Name-ailIPT.elAihonOrci'..ofPrd.j00(Mandgck, pild.tre0remgy*:',9n0 replant •-(. 01:fragt..A.m. bunt. TYPe:Pf Work Date Conipleted, htii/ide;,additicinAliprojeci-deserii),P.On:tO:Ishov.Siirdie*ofk:.; Residential Roadway..„Rehabilitation „ . 3. ity:pf,El 5-egiind9,:30 MairySt„El Segundo,CA 90244. , Name and Addre§i Phlickgicjr Name 411.i1101plioji:0o.,,6fPfeitect.Manager .4attiPS,..krOb MO52422316- 0,aving,eonerete-and landscaping 06/26/2023' oiifractAiount ToViork DOC'CninPleta • 13,i6vide'addi:.t.19Y4Proic.Ct.MciiPifitin.16,-§how similar work Segundo qiyet 140hAhilitokyi . . . . . . . • • -.Gib • • • $i00.0e.$"Critkoitait. Iisiab4piy*e the'riaineS;of the'hididerspropoSed Construction Project:Manager„and Superintendent For;eaCh of these critical please list at least three lirOjects-t-Or'WhiCh, the critical staff has performedOrnilar yvorkwithin:thejaSt five years These projects do not have to be under the employment Of:the.bidkr,Of this project Bidders are encouraged submit i.ipt.il*Apt6tf010,7.0.4toject.histcry.iA addition tOthe'projects listed-herein'. 1, P@NonshbevopOt:.„ Naindbf proposed ProjectManagcr • • Telephone No.ofproposeCI„ProjecfManaget 44) 034038 Powttpwn•Paik164: $915,949.08 .• ....... „ „ toncrete,paving andjandseaping.. 1)9/05/2024 :ProleaNarne&tontradtAMount •'The.Of,WOrk Date:ceMpleted Podero;canyon'ReecrSidewalkA .0arkwa9..linrirciVernents$713,197.03,„„ tenpreteddaVing and landacaping, 05/1512024 ;PrOjeet Naitie&Cofittact Amo-cgit Work ;1),4t.ccplcd Residential Flqa„thkeY, hiabjlitàtiOh freesemoval and replant 03/17/ 025 Project;Nathe 4:4 tentraCt Amount TA•Je,for.Wot.k Date.OitiiPletP€1:. 2, ;Eric$iverts.on.: • INaMe/Cifpropc;sect$Uperintendent 'Telephone.,No..otproploseri Superintendent 8.137.- .P. '•• • • " Rehabilitation&Resurfacing crli.N.(arner:Aitre.. ',$.2,871;895.86 ..„ . toricreta;15.aliing.and:tree'remoyat -45/99/2024 PtbreetNamefle.QoAtractArnount, Typ'e.!,61Work• • • •• NM Completed. 'Oeeidentiarrioaciway Reheblitation' $1,987;957.26:. Concrete paving tree removal and replant !(),3117/2028 rr05eci!Warne Amount 'Date C6.41'P IPte.d 1 ..„ DOW,i1M9iiriParidett 'dorioretez,paving erelericiscaphig' tbis,946.68. .00/osi2o24,. ,pr.cijp.O(Naiti:654 COritraet-Amouni Type of.Woi* Date.Completed. . . . . • • • .:CONI*ACTOtt.it(t 6igTRA1-1-ON'Vail ALIF.ORNIA..DErrARTMENT „ . 0,FINiitigno2“,gt:tA.TfOrig 0:61p.ycERTIFICArE. -.P0f§vant to SB 554(ci*gli;41)(#-:0940,Sri."17,1,I.(4.)tp *4 by the CaliforniaState4Sen* Oo:riin420',;20,14,atobti§bed4-AW.PublievOr4:C9000P"r Rg8is0490KP804Viiibh.04.140.0 all contractors and subcontractors biddiug;kid:ppifpinif4g:work on..Nblic Works Projects to register on an annual:basis.(each.July 1 through June V:Slate&Cal year)with the Califbrnia Depaftraant of Industrial Relations(DIR) Currently the annnat.non-r,efiandalktegegiStratiOnfo.efOr:. Contractors is Each contractor to)k.hoixi:.a,public World•contradthas been awarded sign the • DR s PAT.4.01*--Sfiarpt,S.0:0$4 http-s1/.www.ditta.gowpublic=workePublieweirks8B8541tnii ContractorRegistration Li4-',,c411(844j 54:6734, httpSiiijkfrv&i.dir.ca.'goviliublic-worics/ContratiovEdgistrationhtinf Wg'a.:(Onnactor ROgiStratiOn, eatchabi&databaSet :11.4-al/man%securelorce.00rn/6tuitractaiSeareh aware and-MII:cohlpiy lAith"*f.Tc.)34.01P of Labor Code Section I•771:A:(a)which states;, Wcontracter or:subcontractor shall not be quilted to bid on be listed in al:al:0.04444 $tifijeCttO:the:teMnrements.Of Section-41..04 Pflhe.':-Pnklic.-Contrad:Ctide,or engoge.:,:iu`Op "performance of any contract for iniblid work,.as;01104:in this chaptdr.,itoles currently tegiatered and qualified to performpublic*ti*pursuant fo Section: is 05t, yjoIation O.this se,4tibn fat.*unregistered:contractor to submit a kid thatiSanthorized;by 1506"tion.7029.1 isf.tho. ysit104g.and Professionse:04c.;Qr by S'eeti9fi..19164 Oi..20103,5 Of the;Public Conttact(Ode;;:providdd:ihd‘,.contraCtOeca Ogiitereit,14 1..*torti).public work plitsnanta;,Sec'than 172.5.5'atthO,tlineAlle'paiqtract is"awaiiledi.." I furthermore will comply la'..jaroViCling proof of registration with DIR as the primacy'contractor, as well alerALL subcoutractors.ai the thte,Sof,gUbMitthikthe bid. .:DASR,Contruction.company, • Contractor , •, .4116440hcop$tructieUeOlopony,cOm &fail Pai*:4011,5nalinavaz;)Pre6H,4nt Title Date: 0$07/2025, .... litiqb027444. Registration • ••• • • • „.... . . c,tz • • • CONT,RAC'TUR'PRE-QUALIFTCATION:QU.ESTIO•NNAIRE' ' • ;How:inanpljines'in the.:last fiveyeats has.your film Ikea:assessed and, paid,liquidated damages.atter completion•of a project tinder:a, 4�1 2,3.4:5+ constructioil'contract.witfl eithet a public or'.private owner?' (Explain,on a,separate sheet,identif'-all saehprojectsby:o',wner,owner's'address,;date .of completion of the:project,amount of liquidated.damages as$esse(l and.all of er :info rmati'n,necessacy.to fiil y'ezplaui.tlje;assessment of liquidated.'darriages:) 2•: ROW:.......times.in thelastfive,years ias:your.irrn`made any:claim against a projectowlier concerning work on.a:project or payment fox-a : 1 y. 2 5+ contract;and fled that.olaim'in coitit:orarliittation? • .(E)Lplain on;a separate,'sheet.;lderitify tlic,ctaim(s).l y provicaing.thii:projeetname;date 'of the:clairit,,name"of the entityy(oientities);against.whom the'clainiiyas fiiled;.abrief• dlese intioa of the'nature.of ihi.'claim;,the Courtin which.the ease was'filed and a,brief .descriptiont}f the;status:of:the,claim[ag'pending"oi-::zfresalved;abriefdescriptioit of the:resoluConl.) 1 3: How many times.iii`the last five.vear has CalOSI-IA cited:and assessed penalties.against:your lot any;°,seriousi "willful','or 41 2 v'iolatiori(s)or the federal Ckcitpatioiial'Safety' and:Health Administration cited and:assessed,penalties against;your-fir i]"for' vioiatioti(s):of,Safety otliealtltiegulatiot%s?' NOTE:16oti havefiled ai►'apjteal oCa;citation;rind the Occupational'Safety.arid Iealth Appeals Board has notyet titled on vur appeal von need inotinclude irilor►nation aboutit: 4: 1=tow many#'imesduring th„e,,last f t.* ears,has your fiern been required to: , " ;pay back wages and/or penalties related,tp state orfederal;prevailing"'wage 'V',2 3'4$4- laws for work pei formed.by,'vour firm?: (Explain`on a`separate sheet Sdenhfy the claims)liy'pioyitiing tlie,projecm t nae,date of the claim;n'ameot the claimant alirief descriptionofihenatureof the claim:the gouhin wlijch the case:was filed and a brief descriptioit of the sta us.of the;clairc je.g '".pending lr;ifr • esoly_eel,a'bnei descriptiori;ofthe tesgllitioii].). • { 1 Y ♦ � BID BOND KNOW ALL BY THESE PRESENTS,That we, DASH CONSTRUCTION COMPANY INC of 6320 Canoga Ave.Suite 220,Woodland Hills,CA 91367 (hereinafter called the Principal),as Principal,and The Ohio Casualty Insurance Company (hereinafter called the Surety),as Surety are held and firmly bound unto City of Huntington Beach (hereinafter called the Obligee)in the penal sum of Ten Percent of Total Amount Bid----- Dollars( 10%of Bid----- ) for the payment of which the Principal and the Surety bind themselves,their heirs, executors, administrators, successors and assigns, jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,That WHEREAS,the Principal has submitted or is about to submit a proposal to the Obligee on a contract for 17TH STREET ARTERIAL REHABILITATION-CC No.1771 NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required,with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this 6th day of May , 2025 DASH CONSTRU TION COMPANY INC Principal LbtO 'r� ' G Witness Trig hSV�lhnmm J Title ir4,41111_ The Ohio Casualty Insurance Company rry A. am�a• 1r •blic Witness By Q►CAS 00173o Rebecca Haas-Bates Attorney-in-Fact �,_`, .1�JSU• PG�NaRgj�y 0 1919 O HAMP`'a, 4 dy1 LMs-1005310199 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Lr. P flC kS Jr On (09-(�-C-_:DF) before me, 1 vYt, Pao`'G , Date Here Insert Name and Title of the Offi6er personally appeared S ( USV1 S\rtAhr\a,,Qz, NameN of Signer() who proved to me on the basis of satisfactory evidence to be the person(whose name( is/ark subscribed to the within instrument and acknowledged to me that he/s)qe/tlVy executed the same in his/hcc/thlpir authorized capacity(As), and that by his/hkr/thNr signature(on the instrument the person(), or the entity upon behalf of which the person) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing JAILENE MEDINA is true and correct. •, w Notary Public•California paragraph Los Angeles County Commission Y 2505335 WITNESS my hand and official seal. 'wig-" My Comm.Expires Nov 25,2028 Signature c A nA Place Notary Seal and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document - . - 1 Title or Type of Document: Qj\G� HOY'_)Gi Document Date: O (.Q-� 2-(^fa-5 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ')ccr uc A Y\O Cf2.., Signer's Name: orporate Officer—Title(s). cc 5 0 Corporate Officer—Title(s): fa Partner— 0 Limited 0 General 0 Partner— 0 Limited 0 General ❑ Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact ❑ Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: fit- C1a TICS Signer is Representing: ©2019 National Notary Association CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange ) On 05/06/2025 before me, A.Lamontagne,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates Namers9.,of Signers) who proved to me on the basis of satisfactory evidence to be the persons). whose name4 is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in Pris/her/their authorized capacity(ies),and that by his/her/their signatureN.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 7'4, A.LAMONTAGNE of the State of California that the foregoing paragraph J Notary Public•California is true and correct. t Orange CountyF. "W.- Commission#2514271 WITNESS my hand and official seal. 'L,•.% My Comm.Expires Mar 13,2029 Signature Signatu of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 05/06/2025 Number of Pages: One(1) Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑General El Partner — ❑ Limited ❑General ❑Individual [ Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: The Ohio Casualty Insurance Company ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 `Lib`At. erty. POWER OF ATTORNEY I,* Mutual Liberty Mutual Insurance Company Certificate No:8213174-976022 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Rebecca Haas-Bates,Richard Adair,William Syrkin - - all of the city of Orange state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 20th day of February , 2025 . Liberty Mutual Insurance Company P`,INSUgq POSY INSG,,pp ,, 1NSU,49 The Ohio Casualty Insurance Company , °oaPoF \ c cowPOR1, r. 0 Govoit,r 4 West American Insurance Company z ota VQ' 3 o m .,et 3 Fofi 1912 0 , 19194 , ' 1991 0 e) d0 ''4 CHUS�:.db yOJ%HAMP`'a�.aa '(S,14blAHp• ,4b By: /a,#/ •m U m 7 * tit * M * �� y t`a State of PENNSYLVANIA SS Nathan J.Zangerle,Assistant Secretary c 2 rn County of MONTGOMERY o E T On this 20th day of February 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o ro Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a) IY c io IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. o 5P PaS, �o — Q�ati�°NK'f�< Commonwealth of Pennsylvania-Notary Seal 68 tV ° -e, < Teresa Pastella,Notary Public //,/-�� ® d r' ° =C. Montgomery County By: ����C�c�l.Or/ E E O+-, OP My commission expires March 28,2029 , p E C " e Commission number 1126044 2 h'SYWP ,G Member,Pennsylvania Association of Notaries eresa Pastella,Notary Public Q O N CO NARY P o 0 •C c This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 o E•S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a M ARTICLE IV—OFFICERS:Section 12.Power of Attorney. CO 6 coAny officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the v o 2 c President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety0 co as any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall o 8 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed, such o a) o instruments shall be as bindingas if signed bythe President and attested to bythe Secretary.Anypower or authoritygranted to anyrepresentative or attorne in fact under the 2 Z c�i 9 P Y= - . m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. Q ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J.Zangerle,Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. • IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 6th day of May , 2025 . INS(/ ,_ INSV , 1NSUR ti`P•o°aPORq�4, sP•o is"tiir_4/.y -Sr( v°1)•9yc� / . ca r,Qi Fo m w a Fora f 1912. 0 1919 1991 S/ f� �� y YiO O dJ19S'SACHU`'44.da SO,PHAMP`'a44 ' � lot` a By• 0/7 * 0 4y1 * *�d s�M * ��,a Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/24 5{-i r-�_+I C)\ C �I tn-L), . • CCeYY % five, 5vl+e_ Da0 �cxxl land H'I Is c. G 13co•R• • •t l C-1 K. 3 I D eciY-IT\-1 -Co 1\. 1 �r ��-1 P;r-4-er u I bi 1• on l'�i GI OJe i f9 17c e_ (k--t a vj 1 OR IL-'\ ity of Huntington Beach t'ublic Works Engineereng Box ;IL/ C3F P-Ul i rr'kCD'-\ CIS LOOQ Main Strut Huntington rteach.CA 9264p-2902 d O o r\ larch cfl 5I l z5 c-sacou , w-IN. o CITY OF ` - ` _ '� HUNTINGTON BEACH �: ;- 1 `cF�UUNTY c,%\ o Lisa Lane Barnes I City Clerk January 14, 2025 Hardy & Harper, Inc. 32 Rancho Circle Lake Forest, CA 92630 RE: FY 24/25 Arterial Rehabilitation Project—CC-1771 Enclosed please find your original bid bond for CC No. 1771. Sincerely, 0114:t4;14 4 16 '14Ar" Lisa Lane Barnes City Clerk LLB:ds Enclosure J Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov 0,1 it-ivy,4-41-A7),,,,,t, CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS for the construction of 17TH STREEET ARTERIAL REHABILITATION CC No. 1771 in the CITY OF HUNTINGTON BEACH • JJ et Stie 2000 MAIN STREET HUNTINGTON BEACH,CALIFORNIA 92648 (714)536-5431 BIDS ELECTRONICALLY DUE: MAY 8,2025 NO LATER THAN 10:00 AM CHAU L.VU,DIRECTOR DEPARTMENT OF PUBLIC WORKS SECTION C PROPOSAL for the construction of 17TH STREET ARTERIAL REHABILITATION CC No. 1771 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find Bidder's Bond in the amount of 10% which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature C-2 • 17,TH<STREET y PALiV1.J,VF. :;MAIN"ST }.CC1.771: . . — . .PROJECT BID SCHEDULE Bide Gonst ;'.;Contract :Unit € Extended :Description. •'Quantity Unit' Price; ;Amount: MOBILIZATION 1; .Ls. $r l�r'Sao • TRAFFIC CONTROL PLAN I ;LS:: t. :3': -- FURNISH PROJECT.TRAFFIC CONTROL I :l:S' $,:f Y,'`1• .' ` l 2t{ 11 • FURNISH AND:INETALL PRdJECT INFORMATION SIGN 2 E.At ;. - FURNISHANDINSTA(LSIGNING ANIa" STRIRINO" PROJECT"SPECIFIC%.W.PCP(WATER -.6' -- i POLLUTION CONTROLPLAN):TO I •:LS ."$: �9C 4 ADDRESS CONSTRUCTION BMP.'.S INSTALL AND MAINTAI.N.CONSTRUCTION: BMF'S-:PERAPPRO.IIED:WPCP.• ' REMOVE A(JD`;ROOTS,GRIND THE : i STUMP AND ROOTS'TO 24"• BELOW TOP. OF`:.SIDEWALKIGRADE. PULL'..OUT`ALL . RO.OTSWITHIN::PROPOSED 8 2 3.3 EA"$::Lt 13ts ' ... $ 21,0A-:„ . IMPROVEMENTS;.ADD:BACKFILLAS REQUIRED TO'MATCH,FINISHED:GRADE:. SAWCUT AND REMOVE EXISTING SIDEWALK';AT EXIISTINGTREE;LOCATION • AND`CONSTRU.CTTREE',WEL4 WITH f SIDEWALK:PER:HB STD:x.PLAN 733;AND •• DETAIL A;ON SHEET'S.:(ITEM INCLUDES: ;, REMOVALIOF SIDEWALK;: 85 SF.OF NEW _ .. . SIDEWAKf ,_NON-CHEMICAL=WEED; CONTROLBARRIER TO BE DUPONT • LANDSCAPE'MAX;OR AP-PROVED.EQUAL,. ,ANDMULCH): . _. . ............ ...„ . .....„. . 17TH STREET (PALM AVE-MAIN ST..).,'CC 1771 I. !PRO:1E6T,BID•SCHEDLILE, !; Bid :Cdtist • • Contract Unit Extendedu No No : .:peoripoo: Quantity: Unit 'Price:, I, Amount. •: . """ PLIRNI6Iii7AND;••PLY•ANT.NEW4!" cx, • STRAWBERRY TREE,AROUTOS UNEDO. • PERIHS STD PLANS 7.1.4,Ec;)K.. STRAWBERRY TREE-AREUTU,S(MED°. , PER HB STD,PLANa-71.4„.7•11,'7I6 719.A8:". tiOVKON:PLAINS.(ITEM .10 ••;. • IN,CLUDES•EXISTINGONDSpAPE.AND • . . . , • ..•A,rrtitei•. - • IRRIGATION REMOVAL 36 EA . a:r TO • .1 ••• Adeb10.0100E-,.*W . REPLACEMENT OF iRRIGAT10,14-KiqN17,;;; . BACKFILLING OT.H:CLA$b:-A TOPSOIL • AND-T•i.O.F MULCH,AND INSTALLATION OF ARBOR;GARD.OR APPROVED:EQUAL-AT THE BASE OFTHE NEW TREp.. • '.4"4' 5 REMOVE AND RECONSTRUCT0Q SF cv•S 'SIDEWALK-i; •••, • : • 6;;2 $ ri,'4a.c):,PER+113 STa.PLAN 207`.. . „. „ GRIND EXISTING RAISED LIP OF ' • :CONCRETE TO MAKE FLUSH WITH, I 12 6 ADJOINING CONCRETE PATCH 4 ..LF co;*atEtt•AB:NECESSARY4 . ,..• REMOVE AND RECONSTRUCT CURB AND • ••• ••• • • • •-• ••'• GUTTER PER HSTD.;PLAN:::20.2 AND 13. 1' DETAIL_B-oN. HET.'s",(CF'=:.-13'1)'4,.(ITEM! ' $. ttidd .„ , .),v1 .4-4-;d • •- ..• . ..• . • ....••• INCLUDES CMB SLOT PAVEMENT AND. . • LOT tikAIR) • ..„,. „, . , . • . . FtEMOYaAsPHALT,Ou:Ri3170. . CONSTRUCTORSAND:.GLITTERPER H. 14: ;11. ' S,TD;PLAR;202. (ITEM INCLUDES : 80 LE orvp.,,,SLOTPAV:EKNT.AND.L6T.DRAIN) . . REMOVE AND RECONSTRUCT pONDRETE CURB AND CROSS GUTTER PER HB STD1. PLAN..zpg,,,,,(INciupEs:: prika,,sFitSIDREL$; 1. 16: ' '30d , ‘41' 41 JOG TRANSITIONS,SLOT:PAVgMENT,::DIVIO., " AND•ALL.MEMS NECESSARY TO COMPLETE THEWORK IN RADE): . . . . . z ;• ,...... ..„ . „ „ l7TH (1,',A1.11A AVE-. „STREET. .• .„ . ...... . „ PROJECT.BID SCHEDULE . Bid Const Contract , Unit :Extended: No NoDescription , . Quantity Unit' .„. . ,...... REMOVEAND CONSTRUCT cvREs-AppEss. RAMP; ,PER:pALTOANs:,pT.ExpLAN:,.RBRAffeA FROM:SCR:TO ECR. (CASE:SHOWNJON' PLAN)-,:oNolmogo.A1. .,,:iMpuRT.psi:ANcEss • CURB:01..)-rTEft,-,OEFFiW„ED • 4 CURB,CURB,la a DOMES,1EIANINO 4 .CMB SLOTPAVEMENT-ANaALLITEMS• .•.• .••• ,„ „‘ • . • FROIVISC.R;T.O BOR NECESSARY TO COMPLETE THEWORK IN PLACE DISTURBED LANDSCAPE:MUST BE REFLACEDAN2KIND), . . . „... .„. . REMoVETAND RgoowiRveTwO,D,IMD RESID.ENTIAL,ALLEYAPPROAC.F.1 PER;HB STD.PLAN 107.:AND 209:..CONSTRUCT HALF DRIVEWAY AT A.TIME. (WTER . iT it PLAN)oNCLuDESALL DEPRESSED CURB • 56:0 SF .4344 6: . ...... . 8i.-OPTIER:ONpitE,IBLENbINQ,;,RETAINING • CURB SLOT PAVE,AND ALL ITEMS NECESSARYTOomOLFTE'ThWoj: KIN. PLACE4 • REMOVE AND RECONSTRUCT . . COMMERCIAL DRIVEWAY APPROACH• .• MB STD „ CT• „.... ALF DRIVEWAY AT A TIME (W PER PLAN) ). • uNcLypat,•:ALLOtt>qESEiki.coFtti..& • s;66 $. ,.„ .,„ • ; Ov.FTEF“):0tiT.t:B4E.OpiNo.,,..ATAiNkop:., CURB,$1.4tF0F,AND ALL ITEMS NECESSARY IQ:COMPLETE PLACE;) PAVEMENT TO A DEPTH OF 0 3Y AFTER •ooi.Dofm:,.o.,p,Notopot . 19 13 70-iDA C BASE COURSE OVER 95% 1,500 TN $ 11.00, . . 'Said . CQMPACTEIISUBRADE:PRIOR TO . PLACING 0,17.1..ARHMSORFACE:COURSE OVERLAY; . • COLD MILL EISTING:'A.C.PAVEMENT TO• • 20 14 kooniti..0P,pot FROM EXISTING 11:9.,00..8F ;04/6 ? SURFACE '00.N.STRUQI NEW.q.17''ASPFIALIRUSSER • ••••• • 21 15 HOT MIX(A131.7liwoo,c TN $ ;1:7, •-!f°1. 6-6; $--St9,'606 ,'PRO, E$S,OVERLAY- • REMOVE EXISTINGAND:FURNISH AND , INSTALL.NEWMATE.R METER:06*MP' .s. •aso. . .3)15.1, :,....1.14$TTqgRAP,E.PFR HP,•sTP:. : PLAN " . f7TH STREET`(PACIVI;AVE.'-.:MAIN S.T..);CCt771 PROD ECT"BID:;SCHEDULE. . Bid Const: ,Contract Unit ,Extended No:• No: Description; !.:Quantity Unit Price; .Amount REPLACE WATER::VALVE.BOX ASSEMBLY 23<: ; '17 AND ADJUST"TO:GRADE:PER STQ:, .33 :EA $-; J f t $ $ • PLAN°612., REMOVE EXISTING:AND FURNISH AND INSTALL COMPOSITE STORM DRAIN • :24 -18, ; MANHOLE FRAME;AND:COMPOSITE 2. COVER:AND=ADJUST TO GRADE.PER,HB. STD:oLAN�5:1.3(b). REMOVE EXI.STING,AND FURNISH.AND INSTALL COMPOSITE SEWER,MANHOLE: . FRAME.,AND.COMPOSITE COV..ER AND 3,EA $ S,S 'a. $ 111'?" o ADJUST'TO GRADE.PER,HB STD.:PLAN 513(a). INSTALL NEW DETECTOR:LOOPSPER; CITY STANDARD,SPECIAL.PROVISIONS . FOR THE:CONSTRUCTION OF•TRAF.FIC; SIGNALS AND LIGHTING.SYSTEMS,2005: EDITION.SPLICE`LOOPS TO DLC IN PULLBOX. :: ADJUST EXISTING MONUMENT;WELLT 27 • ;21 FINISHED GRADE:;PROTECT:EXISTING 2 EA $>=I !13 0= S'•1i 116 Q:.. .:SURVEY MONUMENT PLACE., ., r ADJUST;.EXI.STING STORM DRAIN:CLEAN . ;28 22 2;EA S:13,'job ._ $ 7} 406'. OUT TO FINISHED.:GRADE. ADJUST EXISTING WATER MANHOLETO 29. 23 • 1; EA: $ t.'7-�is $ 3;'?"a`i . 3° • _ FINISHED GRADE.: ,... . REMOVEAND,RECONSTRUCT LOCAL DEPRESSION PER HB:STD:PLAN:301'rAND 3Q 24 70 $• !t,.=1od . . . 3.02.STORM DRAIN GRATE:TO REMAIN PROTECTED IN.PLACE. . To&al'.Amount;Bid in Figures: >~ I-A b;o a o . .C=24 . ... „... . . ..„. :LIST OF SUBCONTRACTORS.. „ in 4194, he.,Biddtt Shall sot ø nani business address of each subcontractor who will perform Wor.k.-917.Fon4q,,sctyioo,,tOto,bidder on said contract in an amount in excess:of Ori&half.of One:.percent of total bid or $10,000, *h)01:0.4s:,gx'O'at.'0,.4ti4the.pOttipti.Ofthe work wbd done by such subcontractor.; Bid T\Ta,ne ndAddress of State Class DiR PWC Dollar: Item(s)- Subcontractor License •'` AmountContract NuthbrJ Itv • 64' • eofp.t tek ty.4:810: • • - • • g4.47,0:4 g• ;•44t4-66,6: • IA „... . , • •• • 17046.to .rbob 14110 • , : PS „ • . . Oir il.' • "10 4 C.-10 vut.e..f . ? t;tit,a ..1% •*%'• "-• • " • By „. . „ . ........ .,...„. „ i• isObitiksiOri. fhi prop041,:"thel3:44crOrtiPq:;. . „ That he.is able to and will perform the balance of which is not covered in the above A *cOra0ors1iStiog,. 2That the AlOsNO.Y., wilL be furnished copies of all$ubcorifracfs-enteredinto*rict-bOhdS fOrOishodW:subobrifractOfIbir,tbikjitojett '-04" NONCOLLITSION AffiDAVIT TO BE.EXECUTED BY'MODER AND SUBMITTED wait:BID de:006.0'0er penalty of perjury:000'01e loWsAf the State of Califothiathatthe faregeing,,iS, true and contotOnd that this declaration is, kOeuted-On.4/28/20/5 Lake PoroSt CA: city a : 1 s Michael Amundson 4 being first duly swornk deposes and Says that he or Vice President of Hardy&Harper,Inc the patty:making:the foregoing 10thaf tI*10.41js 4P.tdelq...ftliiitg0001;0:1190:.tilc,b001.f‘Ot*.Y undisclosed person, :partneithip„,edinpOny,,,,aSsOdiatibii, orgaiiiatiOtt, or corporation, that the bid is genuine,and not, collusive or sham,that the has not diieetlyprindirectiyinduced or solicited any other bidder AU put in a fOlse*-'shorp bid, and has not directly or indirectly colluded,Conspired,:connived,or :agreed with any,bidder or anyone else to put JAE A sham bid, or that;anyone sh411 refrain:ftorri bidding, ;that:the bidder has,not in any tnanner, directly or indirectly,;sought by agreement, :communication, or conference with anyone to the bid pace, or that of any ether bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the ,proposed contract,that all statements contained in thebid aretrue;and,further thaOhe bidder has., not,directiyor indirectly,submitted his or bid price 4ny.bitAk4W41;:therdOtiOt the contents *reef, or divulged'.information or data relative thereto, or paid, and will not Pay 'fee to;any icorporotion,partnerShip;COMPany,OSSOelatidn,ititootizitioh,bid depOSitory;.:Oft a#siniettibet,be agent diereOf tO effeeptate poiltisWeptShotit bid, Hardy&:Hotpot;bie. 1 Name of Bidder Signattite-Of Bidder ,l‘yiiPiinel:AttAtUdsOn,YiPe President 21tanolioleitOloi,t6.ke'Forest;CA-92630 Address of Bidder cr4 „ , i. UTII:IT.Y`A.GREEMI NT. .HOst000Lt IYIA og:AND CITX.otiNCIL, CITY OF:IiUNTINGTON:BEAcsH,CALIFO1 NIA: , Geritlernen. The undersigned hereby promises-and agrees'that ill the,:performance;:of.tl e'work specified in:the :contract,known as the ,7TH FOOT ARTERIIAL REHABILITATION:(l)(we)(it)will employ and utilize only qualified•persons, as,hereinafter defined,to work in;,proxlnrity to any- :electrical secondary or transinission.facilitie`s.: The,terip "Qualified Person"i$:defined In Title 8, Galiforniia:A:dininiistrat re'Code, Section 2700,as follows: ce ".Qualified Persons A person w o, eeason.of expolgo e or instruction,`rs familiar with•;the operation to.be performed andthe hazaids.involved" The undersigned also, promised.;and.=.agrees that all.:such work.:shall:be perrformed in accordance with all applicable'electrical:utility company's requirements, Public:Utility Commission:orders, :and State tif':Galiforn a,•Cal=0SHA zegiiizernents. i F The undersigned'further promises and agrees>;thhat the provisions,I erein ahallYbe,,and.are binding upon.ariy subcontractor:or subcon'tractors:that maybe retained ur employed by ttie undersigned, aid'•that the,.undersigned shall take‘steps:as are necessary.".to. assure- con pliance:by :any}said :subcontractor 4x`subcorittactor"s wwith the;requirements`:coritairied herein. t i. Hardy&Harper;-.Inc. Contractor is t Bye Michael:Arnundson;Vice:President Title, is Dater :4/28/2625 . F Y i e-s f DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete, under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes El No If the answer is yes,explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMPENSATION INSURAN,CCCERTIFICATE ,ek.o.totiO9 ectler!.1:80,1 the.S;f4t44borCode,each contractoronfraçtprtpwhomapubiic*prica era:4aq has been- Warded ahalt:sitri the'ftilloSVihg:dettificate: I,,am:aware,of the proviplori§::of'.SeCtion:3700 Labor Codes whicI require every employer tti be insured 00.hiatlfabithy t*Pt.wpiket!O,:0OtlipobtaitOk or to:!toklortake.self- insurance in accordance with the provigioas,ofih#code,,and I will comply with such prOVIaiofis.belbte.e0frirritenchOthe ii.erfOrrhatiteathe4Ork:ofthiSeontrakit. •Hardy Si Hotpot; P9,4raqtP.r. Michael Amundson,Vice President Title -412812O25 .,i! .................„...... .„ $1DpplZt.,04ifig:tilat:t4g.folipwiog ilkfOrplgi09.., s..trpc.and correct; Itarilk?k:Iiarpef,Ine.„ ,• Bidder Nan*. ,. 32 Rancho Circle :EnsinOSs AddioSS take PordSt CA . .92630 Cft State: Zip (714:• )'.444-1g51 tuaintmdsonaliardyandharpencont. • • --• • • -- Te1epnorioNtnner Email Addi•ess, 215952 A,0,8&C12' and.Class :.314963i 1:2/31/2025 . • . • 0q)ito.tioti Dato The ;:ofour office on May 6 ,202. The following are persons,fitins.iiand;cprporatit*na*,itig a principal interest in th.i. 15rOpoat Dan.T.Maas-,=.:freident Michael Amundson-Vice President Tannerilambirant.-VidelkeSittent_. Kristen Corporate qedittAf.y. . ..„. „„. . ....... The undersigned is prepared to Satiskthe:Caiitieil cifitheCiti4of Huntington Beach of its ability, financially or otherwise, to :1")erfdrin.the!..contract-for the proposed work and.:improvements-:in ac. .pj-Oat1C plans,and'..speOficatiplts.setferth. .......Hardy&Harper Inc Company Name Signature of'Bio'aof.. Michael Atlitaidscon,:ViceItosidelit Printod9r Typed Signature 1NOTARYCERTIFICAU .„ .„, „. „ „ • 1„ •frtA Subscribed aricl,sWOrittevlberate fill- nib ia - day Of . . . . A notary'public or other officer completing this certificate verifies;:only the identity of the •itoiyi,chi.41: who signed rthe:.document, which this certificate is attached, the trutliflulness,accuracy,or:'olidity.otAatdoottiorit F Stateof . „ . RIstit A' ) County ofc . . OV,,iW r'W '74Y,Z6 befofelti0 e4Atfiat,soc,(4,146,1140t.P16L14;.i Month, Day,and Year insert Name and Title of Notary 1 personally appeared I4AL AMU r.J ti"Se,J Na t.tf:sigqpcM, „ . . Who proved to me on the basis bf.satisfactory.0.11.dO0,0„tO be the person whose 41441001ii,10,6: subscribed to the within instrument and acknowledged to me that ',executed the saine:. '11)::b4/hetthell:authorized capacity and.that by liW*Atitir' igliAttittf,s'fOrithe!:,histtOthevlh6,' ipeittiff(8),or the entity behalf of Whithih011eitohtgat,t4b,VcOOted the instrument under PENALTY OF PERJURY Under'.the laws of the' .14t6'.',,,brOojecoia'that the foregoing paragraph is true and correct WITNE8S)biy,fia-4 and:official seal geiTri',47,;;,: PLi"Si 1;i LT.Clt,P,;AK , 431 i NI'Kt:775i) SI:gridt,trd qgp - d otary .7(PLAC .-',NOTARY L ABOVE) • Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, _ specifically referencing the construction of Arterial Rehabilitation Projects with curb and gutter, sidewalk, curb access ramps, cold mitt and overlay, and deep lifts. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. Please see attached Past Project References Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Please see attached Past Project References Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. Please see attached Past Project References Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: c-ta Hardy & Harper,Inc. Past Project References OWNER/AGENCY CONTACT PROJECT NAME,AMOUNT,&COMPLETION DATE City of Grand Terrace Kamran Dadbeh Pavement Rehabilitation on Mount Vernon Avenue 22795 Barton Road (909)824-6621 Contract Amount:$693,000.00 Grand Terrace,CA 92313 kdadbeh@grandterrace-ca.gov Completion Date:December 2024 City of Fullerton Melissa Rendon Las Palmas Area Street Rehabilitation 303 West Commonwealth Avenue (714)738-6886 Contract Amount:$2,585,000.00 • Fullerton,CA 92832 melissa.rndon@cityoffullerton.org Completion Date:October 2024 County of Riverside Joel Jimenez Dillon Road Resurfacing and Bubbling Wells Resurfacing 3525 14th Street (951)955.1537 Contract Amount:$3,200,000.00 Riverside,CA 92501 jrjimenez@rivco.org Completion Date:September 2024 City of Orange Salvador Munoz Annual Pavement Maintenance at Various Locations FY 23-24 300 E.Chapman Avenue (714)744-5547 Contract Amount:$3,850,000.00 Orange,CA 92866 smunoz@cityoforange.org Completion Date:August 2024 City of Cathedral City Armando Baldizzone Panorama Neighborhood Pavement Reconstruction 68-700 Avenida Lalo Guerrero (760)770-0340 Contract Amount:$636,000.00 Cathedral City,CA 92234 abaldizzone@cathedralcity.gov Completion Date:July 2024 City of Ontario Yesenia Lopez 2024 Spring Pavement Rehabilitation Project 303 East"B"Street (909)395-2103 Contract Amount:$2,041,000.00 Ontario,CA 91764 ylopez@ontarioca.gov Completion Date:June 2024 City of Los Alamitos Chris Kelley Bloomfield Street Improvement Project 3191 Katella Avenue (562)431-3538 Contract Amount:$207,000.00 Los Alamitos,CA 90720 ckelley@cityoflosalamitos.org Completion Date:April 2024 City of Rancho Santa Margarita Tri Nguyen Fy 23-24 Annual Residential Overlay 22112 El Paseo (949)635-1813 Contract Amount:$829,425.00 Rancho Santa Margarita,CA 92688 tnguyen@cityofrsm.org • Completion Date:March 2024 _ City of Vernon Lissette Melendez Gifford Ave,48th,49th&50th Street Improvements 4305 Santa Fe Avenue (323)583-8811 Contract Amount:$792,000.00 Vernon,CA 90058 lelendez@cityofvemon.org Completion Date:March 2024 City of Signal Hill Devine Buenavista Palm Drive Pavement Rehabilitation Project 2175 Cherry Avenue (310)766-6985 Contract Amount:$774,000.00 Signal Hill,CA 90755 ) dbuenavista@koacorp.com Completion Date:October 2023 City of Manhattan Beach Gilbert Ramos Cycle 2 Street Resurfacing Project 14000 Highland Avenue (310)802-5353 Contract Amount:$3,110,000.00 Manhattan Beach,CA 90266 gramos@manhattanbeach.gov Completion Date:September 2023 San Bernardino County Larry White Rain Shadow Road and Other Roads 825 East 3rd Street (909)663-7599 Contract Amount:$830,000.00 San Bernardino,CA 92415 Iwhite@dpw.sbcounty.gov Completion Date:September 2023 City of El Segundo Floriza Rivera FY 23/24 Pavement Rehabilitation Project 350 Main Street (310)524-2361 Contract Amount:$1,635,000.00 El Segundo,CA 90245 frivera@elsegundo.org Completion Date:July 2023 City of La Canada Flintridge Nasser Shoushtarian 2023 Citywide Street Resurfacing Program 1 Civic Center Drive (818)790-8882 Contract Amount:$1,060,000.00 La Canada Flintridge,CA 91011 nshoushtarian@lcf.ca.gov Completion Dat:June 2023 City of Palos Verdes Estates Monica Pango FY 21.22 Street Improvements 340 Palos Verdes Drive West (951)475-3625 Contract Amount:$1,138,000.00 Palos Verdes Estates,CA 90274 mpango@hrgreen.com Completion Date:May 2023 City of Norwalk Delfino Consunji Local Streets Rehabiliation CDBG FY 22-23 12700 Norwalk Blvd (714)686.8911 Contract Amount:$956,000.00 Norwalk,CA 90650 dconsunji@oe-eng.com Completion Date:April 2023 City of San Gabriel Alain Mai CDBG Street Improvements Project FY 22/23 425 S.Mission Drive (626)308-2825 Contract Amount:$490,000.00 San Gabriel,CA 91776 amai@sgch.org Completion Date:March 2023 City of Fullerton Rafael Chavez Residential Street Rehabilitation 303 West Commonwealth Avenue (714)932-7506 Contract Amount:$1,204,780.00 - Fullerton,CA 92832 rafael.chavez@cityoffullerton.com Completion Date:February 2023 City of Moreno Valley Quang Nguyen Pavement Rehab.for Various Local Streets CDBG FY 21/22 14177 Frederick Street (951)413-3159 Contract Amount:$2,444,260.00 Moreno Valley,CA 92552 quangn@moval.org Completion Date:December 2022 Hardy &Harper, Inc. Past Project References OWNER/AGENCY CONTACT . PROJECT NAME,AMOUNT,&COMPLETION DATE City of Grand Terrace Kam ran Dadbeh Pavement Rehab.On Barton Rd,Van Buren St&Vivienda Ave 22795 Barton Road (909)824-6621 Contract Amount:$570,000.00 Grand Terrace,CA 92313 kdadbeh@grandterrace-ca.gov Completion Date:September 2022 City of Downey Desi Gutierrez Residential Street Pavement Rehabilitation Project,Area 1 11111 Brookshire Avenue (562)904-7110 Contract Amount:$2,875,000.00 Downey,CA 90241 dgutierr@downeyca.org Completion Date:June 2022 City of Orange Youichi Nakagawa Prospect&Spring Right Turn Lane Modification Project 300 E.Chapman Avenue (714)744-5572 Contract Amount:$920,000.00 Orange,CA 92866 ynakagawa@cityoforange.org Completion Date:June 2022 City of San Fernando Manuel Fabian Pico Street Improvement Project 117 Macneil Street (818)898-1243 Contract Amount:$465,000.00 San Fernando,CA 91340 mfabian@sfcity.org Completion Date:May 2022 City of Downey Desi Gutierrez Residential Street Pavement Rehabilitation Project,Area 10 11111 Brookshire Avenue (562)904-7110 Contract Amount:$2,355,000.00 Downey,CA 90241 dgutierr@downeyca.org Completion Date:April 2022 City of Jurupa Valley Desiree Flores 2021-22 CDBG Old Mira Loma Pavement Rehabilitation Project 8930 Limonite Avenue (951)332-6464 Contract Amount:$810,000.00 Jurupa Valley,CA 92509 dflores@jurupavalley.org Completion Date:April 2022 City of Anaheim Lorenzo Rea Residential Street Improvement Project-Lotus&Torry,Group 13 200 S.Anaheim Blvd (714)765-6893 Contract Amount:$5,806,000.00 Anaheim,CA 92805 lrea@anaheim.net Completion Date:March 2022 County of Riverside Hector Davila Fisher Street Resurfacing Project 3525 14th Street (951)955-6885 Contract Amount:$785,560.00 Riverside,CA 92501 hedavila@rivco.org Completion Date:February 2022 City of Chino Hills Carl Hassel Village Center Drive Pavement Rehabilitation Project 14000 City Center Drive (909)364-2817 Contract Amount:$408,000.00 Chino Hills,CA 91709 chassel@chinohills.org Completion Date:December 2021 Los Angeles County Peter Sanque Pavement Reconstruction(Sustainable)North LA County 900 S.Fremont Avenue (661)947-7173 Contract Amount:S1,873,929.57 Alhambra,CA 91803 psanque@pw.lacounty.gov Completion Date:November 2021 City of Loma Linda Jarb Thaipejr Pavement Rehab.on Barton Rd,Bryn Mawr&Orange Grove 25541 Barton Road (909)799-2800 Contract Amount:$462,590.00 Loma Linda,CA 92354 jthaipejr@lomalinda-ca.gov Completion Date:November 2021 City of Norco Sam Nelson Sixth Street Widening 2870 Clark Avenue (951)270-5607 Contract Amount:$785,000.00 Norco,CA 92860 snelson@ci.norco.ca.us Completion Date:September 2021 City of Irwindale Luis Pimentel 2020-2021 Resurfacing Project 5050 N.Irwindale Avenue (626)430-2259 Contract Amount:$544,311.93 Irwindale,CA 91706 1pimentel@irwindaleca.gov Completion Date:May 2021 City of Brea Steve Kooyman Imperial Highway/Berry St.Intersection Improvements 1 Civic Center Circle (530)318-1066 Contract Amount:$579,648.80 Brea,CA 92821 skooyman@interwestgrp.com Completion Date:May 2021 City of Colton Jess Sotto FY 20-21 Asphalt Paving Project 650 N.La Cadena Drive (909)370-5551 Contract Amount:$2,695,493.64 Colton,CA 92324 jsotto@coltonca.gov Completion Date:May 2021 City of Burbank Adam Salehi 2020 Street Improvement Project 301 E.Olive Avenue (818)238-3946 Contract Amount:$1,253,099.98 Burbank,CA 91502 asalehi@burbankca.gov Completion Date:April 2021 City of Oxnard Renee Hatcher Thin Maintenance Overlay Project Phase II(Rebid 2) 300 West Third Street (805)385-8280 Contract Amount:$6,550,000.00 Oxnard,CA 93030 renee.hatcher@oxnarca.org Completion Date:November 2020 City of Moreno Valley Michael Wolfe Citywide Pavement Rehabilitation Program FY 19-20 14177 Frederick Street (951)413-3100 Contract Amount:$4,080,364.90 Moreno Valley,CA 92552 purchasingdivision@moval.org Completion Date:November 2020 City of Cypress Alex Bangean Arterial Rehabilitation Project 230 5275 Orange Avenue (714)229-6740 Contract Amount:$1,042,000.00 Cypress,CA 90630 abangean@cypressca.org Completion Date:August 2020 City of Banning Art Vela • Street Rehabilitation at Various Locations 99 East Ramsey Street (951)922-3130 Contract Amount:$1,451,000.00 Banning,CA 92220 avela@banningca.gov Completion Date:March 2020 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project.Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Megan Kathriner Name of proposed Project Manager Telephone No.of proposed Project Manager:714-393-0113 Please see attached Past Project References Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed 2. Dennis Beyle Name of proposed Superintendent Telephone No.of proposed Superintendent 714-412-1385 Please see attached Past Project References Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed G11 CONTRACTOR:REGIS TRATION WITH•C'ALIFORNIA DEPARTMENT _ ..„ . . . , Of INDUSTRIAL:RELATIONS (DIR).::cRTIRCATE Pursuant:t9:4S-W$ 40.iting Labor qocteection,I 77IJ(a)),passed by the California State::Senate: ,otfjune20,;2014,, eStabliShedane\KpahlieWttrk$Contractor Registration Prograrn,whicheqtrireS all contractors and subcontractors bidding:anti':performing 'Work:on. Publics Works:Projects:.to register On an annual'basis (each July I throtigh,June 30'StatO fiscal with the California Department of Currently the annual non-refundable registration fee for Contractors is.$406: Each contractor to Whom.aptibliO works contract has been awarded shall , •:; - the.f011OWing:teertificate D1R.FACT$HEET on SB $54 httitig-:VAVW:dinca.gov/public-woikWPtblicWorksSB854;html DIR'S Contractor Call(84452246734 littpsl://WWicdir:ca.gOvintiblit-WOrksieditractoP;regiStration.httni. DIR's dOntraefor Registration searchable databaseI. : , , littpkikadirsectire4bree:Corn/CorttractorSeareh 1:#rfraygrp,and:will comply with the provisions of Labor Code Section 1771.4(a)7f;%iliieh states "iii,00046,torOr subcontractor shall not be.qualified to bid qtr,beliiterl.;irta.bi:ClProposal, subject to the requirements of SeetiOn41abithe:Piiblie Contract Code,or engage in the performance of any contract for public work, as Oefitiet!,, chapter, unless currently registered and qualified to perform:,public work,pursuantto.,;SpetiOn 1725 5 It isnot violation of this section ii*4.AtAitegii§teke-Odontraetorto submit a bid that is authorized by, S40,00,70293.Of the BuSiness.#0,0Prcifogo§ Code or by Section 1001 or 20103 5 of the Public Contract Code, the Contractor is registered to perform public work ,pursuant,t0.50tion:1.7255',At:the ittp*the.poritrAet ts:AwArdeci," thrtherniore,will comply by providing proof of registration Witlipik4s the poplatty,4001 ;pri , -t sweil ALL.wbcoro.?.dbi:44-11*time of sphrnittingthe,nio. fiardy'&:}larper,hic. . Contractor Ay • marnundsonahardyandharpereom Email Miôháèl . 1 AriiiindSOn,Vieel.resident .;; Title Date: '4/28/2025, PWCjlegistrationl: 1000000016 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a CI 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a QO 1 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolution].) 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful"or 01 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years,has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage 01 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-I3 Bid Bond Bid Bond Number.CSBA-30891 CONTRACTOR: SURETY: (Nam:;legal slain sad address) (Name,legal status and principalp/are of business) Hardy&Harper,Inc. Fidelity and Deposit Company of Maryland 32 Rancho Circle 777 South Figueroa Street,Suite 3900 • Lake Forest,CA 92630 Los Angeles,CA 90017 OWNER This document has impotgnt legal consequences. (Name,kgal status and address) Consultation with City of Huntington Beach An attorney is encouraged with respect to its 2000 Main Street completion or modification, Huntington Beach,CA 92648 Any singular reference to Contractor,Surety,Owner or other party shall be considered Plural where applicable. BOND AMOUNT: Ten Percent(10%)of the Amount Bid PROJECT:17th Street Arterial Rehabilitation,.CC No.1771 Project Number,if any: The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may.accept the bid.Waiver of notice by the Surety shall not apply many extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. • If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shal:be construed as a statutory bond and not as a common law bond. • Signed and sealed this 22 day of April,2025 JLrdy&Hamer.Inc. (PnnciPal) (Seal ,(Wien s 0 • HUfaN OGK (Mk) I CAA 6L AMUlvpsom, 1Gi~ 1zrGsf,E.—r • Fidelity and Deposit Company of Maryland • - (sxreh) (sepq - . . •, (W ita ss)Melissa Ann Vaccaro _ ' • Mile)Dwight Reilly,Attorney-in-Fact • By arrangement with the American Institute of Architects, the National Association of Surety Band Producers(NASBP)(www.nasbo.ore)makes this form document available to its members,affiliates,and associates in Microsoft Word format for use in the regular course of surety business-NASBP vouches that N A5[l f the original text of this document conforms exactly to the text In AIA Document A310-2010,Bid Bond. Subsequent modifications may be made to the original text of this document by users,so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or acceptance. • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 aac .svmbr wee-ore..ofi-c x cs r ;-ci A notary public or other officer completing this certificate verities only the identity of the Individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On May 1 2025 before me, Morgan E.Churnock.Notary Publi$ , Date Here Insert Name and Title of the Officer personally appeared Michael Amundson Name(sj of Signer(s) who proved to me on the basis of satisfactory evidence to be the person( whose:name( is/axe subscribed to the within instrument and acknowledged to me that he/sue/they executed the same in his/her/their authorized capacity(i0S),and that by his/her/their signature(s)on the instrument:the person(, or the entity upon behalf of which the person(x)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. • `.,;UR,.,,K WITNESS my hand and official s.41W =al. z:+/7„ Signatur= 4 Y.Ui!b Oct 5,i025 gnat Orr tary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this forma to an unintended document. • Description of Attached Document Title or Type of Document: Document Date: - Number of Pages: Signer(s) Other Than Named Above: Capacity(les)Claimed by Signer(s) Signer's Name: Michael Amundson Signer's Name: ©Corporate Officer — Title(s): VirP PrPcirient 0 Corporate Officer —Title(s): ❑Partner— 0 Limited 0 General 0 Partner— 0 Limited 0 General ❑individual 0 Attorney In Fact 0 Individual CI Attorney in Fact ❑Trustee 0 Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑Other: 0 Other: Signer Is Representing: Signer Is Representing: Hardy&Harper,Inc. xvegcmvccvccwzywcz... ez:ciz.•czxm • C2014 National Notary Association•www.NationalNotary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness,accuracy,or validity of that document. State of California County of Orange ) On 04/29/2025 before me, Melissa Ann Vaccaro.Notary Public (insert name and title of the officer) personally appeared Dwight Reilly 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 ex*Guted the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. MEU55AANNYACCARO A WITNESS my hand and official seal. COMM.02401942 n NotisyPubiio-Caiifornia o �J ORANGE COUNTY E MY Comm.I*pUm May 12,2026I( Signatur "4::C-CYND (Seal) Melissa Ann Vaccaro • Bond No.CSBA-30891 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint Daniel HUCKABAY,Frank MORONES,Dwight REILLY,Arturo AYALA,Shaunna ROZELLE OSTROM,Benjamin WOLFE,Chelsea LIBERATORE,Ben STONG,Michael D.STONG,R.NAPPI,Adrian LANGRELL,Magdalena R.WOLFE of Orange,California,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 20th day of February,A.D.2025. row .0)`• spa ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1 ``AA' By: Christopher Nolan Vice President tir CeL y\- _,. • By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 20 thday of February,A.D.2025, before the subscriber,a Notary Public of the State of Maryland,duly commissionedand qualified,Christopher Nolan,Vice President and Dawn E.Browa,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swam,deposeth and sail,that he/she is the said officer of • the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. T�n[aK. /a�.it'YIf�r3— ��I,-,y,T�/ Ger wove M.Matson Notary Pt boo FAy Canmisatoo Expire January 27,2029 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 4I0-S59-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may,by written instrument under the attested corporate seal,appoint attorneys-in-fact with authority to execute bonds,policies,recognizances. stipulations,undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I,the undersigned,Vice President of the ZURICH AMERICAN INSURANCE COMPANY,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V.Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIALAMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary.or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 29th day of April , 2025 . 1rEALr8FJ11 I. t SEAL • Th Ffr Pith Mary Jean Pethick Vice President • TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfclaims@zuriclma.com 800-626-4577 • Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 I JIIIJIJI 1111 III 1111111 1111111 I1111111111111111111111111I11111I11111111111111111111I111111111111111111111 BA20241230236 In " x. STATE OF CALIFORNIA For Office Use Only Office of the Secretary of State w STATEMENT OF INFORMATION -FILED- CORPORATION •• California Secretary of State File No.:BA20241230236 1500 11th Street Date Filed:71/2024 Sacramento,California 95814 a✓ (916)657-5448 • iP Entity Details 0 Corporation Name HARDY&HARPER,INC. Entity No. 0443071 0� Formed In CALIFORNIA Street Address of Principal Office of Corporation Principal Address 32 RANCHO CIRCLE m LAKE FOREST,CA 92630 �. 4 Mailing Address of Corporation (D Mailing Address 32 RANCHO CIRCLE �, LAKE FOREST,CA 92630 Attention Street Address of California Office of Corporation W Street Address of California Office 32 RANCHO CIRCLE O LAKE FOREST,CA 92630 N- Officers Officer Name Officer Address Position(s) tD Kristen S.Paulino 32 RANCHO CIRCLE Secretary,Chief Financial Officer Lake Forest,CA 92630 rn DANIEL THOMAS MAAS 32 RANCHO CIRCLE Chief Executive Officer ►fit LAKE FOREST,CA 92630 0 rh Additional Officers to rt Officer Name Officer Address Position Stated Position fy rr Michael A Amundson 32 RANCHO CIRCLE Vice President LAKE FOREST,CA 92630 Directors Director Name Director Address Tessa Irene Maas 32 Rancho Circle Lake Forest,CA 92630 fl Daniel Thomas Maas 32 RANCHO CIRCLE LAKE FOREST,CA 92630 ©Kristen S Paulino 32 RANCHO CIRCLE LAKE FOREST,CA 92630 The number of vacancies on Board of Directors is:0 Agent for Service of Process Agent Name KRISTEN S. PAULINO Agent Address 32 RANCHO CIRCLE LAKE FOREST,CA 92630 Type of Business Type of Business ASPHALT PAVING CONTRACTOR Page 1 of 2 td N co Email Notifications to Opt-in Email Notifications Yes,I opt-in to receive entity notifications via email. Labor Judgment co co No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law, for which no appeal therefrom is pending,for the violation of any wage order or o provision of the Labor Code. 0 Electronic Signature ® By signing,I affirm that the information herein is true and correct and that I am authorized by California law to sign. LJ az. Kristen S.Paulino 07/01/2024 0 Signature Date rn fD 0 rD H. ro sr n l-t1 0 ny I-I rn rD 0 n rn rt 0 H, Cl) rt rt m Page 2 of 2 CONTRACTORS ��� 1 CJCM STATE LICENSE BOARD is; Jay= ^p •�"'• ACTIVE LICENSE .......215952 CORP IL.ti...N..HARDY& HARPER INC ca.a+iw.,A C-8 C 12 I hill 1.0.6.• .12/31/2025 www.cslb.ca.aov T 5/28/24,9:15AM Registrations Contractor Information Registration History_._ Legal Entity Name Effective Date Expiration Date HARDY&HARPER,INC. 06/15/18 06/30/19 Legal Entity Type —.............— Corporation 05/09/17 06/30/18 Status 06/08/16 06/30/17 Active -- Registration Number 06/19/15 06/30/16 1000000076 --..-- — —__ Registration effective date 07/02/14 06/30/15 07/01/24 07/01/19 06/30/20 Registration expiration date 06/30/25 07/01/20 06/30/21 Mailing Address — — —32 Rancho Cirde Lake Forest 92630 CA United State... 07/01/21 06/30/22 Physical Address 07/01/22 06/30/23 . 32 Rancho Cirde Lake Forest 92630 CA United State... Email Address 07/01/23 06/30/24 cicamen@hardyandharper.com - -- -- Trade Name/DBA 07/01/24 06/30/25 • License Number(s) • CSLB215952 CSL8:215952 Legal Entity Information Corporation Entity Number: C0443071 • President Name: Daniel Maas Vice President Name: Treasurer Name: Secretary Name: CEO Name: agency for Service; Agent of Service Name: Commercial Surety Bond Agency Agent of Service Mailing Address: 1411 N.Batavia Street,#201 Orangq 92867 CA United States of America • Worker's Compensation ` Do you lease employees through Professional Employer Organization(PEO)?: No Please provide your current worker's compensation insurance information below: PEO PEO PEO PEO lnformationName Phone Email Insured by Carrier Policy Holder Name: Hard} &Harper,Inc. Insurance Carrier: . BITCO General Insurance Corporation Policy Number: CAP3742814 . Inception date: 04/15/24 Expiration Date: 04/15%25 https://cadir.my.salesforce-sites.com/ContractorSearch/registrationSearchDetalls?id=a 1 R8y000001 vmkbEAA Ill • • • • • . • ... • • •• • . ... • ----- • -- - - --- ---;:ja-:;-- • -..-----1-. ,---------. .,-----.0.i.... .• .-:• .,..-.I. • ...'t-t.i.:*14Zi...-••• :...s.; •.1‘91.,1-Ig.;-4:. :. .• ....0,/s1,.q., -4'111111. -;,- • 41.1gis:li';.-- ....:4 list-----iti&;----...oil sq a traP;---;..----.^.'''•`I''-'1...., - 4.'•'::''-' ,;(•-• isttilitii:ittlisq;.... :Aititilligipp'/A ;;At------------------ 4%.+Oissit Xi 1111;;;„ kilioisiiiiiito,fi., A',0‘1%si III rii,itit',`.. .:;•4‘,1„1'0 ffprift,y., ,.:.:,,,10.1111:1,11/4,:-, ' • - ,..- - ,t• tt,,,,,..,1;',0,0\ssilWetlf‘„),';''.,,.,....%,.`\‘‘111Tiffirfi,'',..;:-'0,1`:!v‘011filtilt,';'-',..-`0,0\\.11111 ,01,0,,:%.t'',.',M,OlittliNil,10,'•:::,',,ttNy,:\\,\III'liffiii,1/1/,':”..k` .:1111111fil'-'''/,:.‘‘ ''•'''4 '.';•••••"''''$ • •,-7,-,.: ..t; :., r :,..,,,,-N,,,kitiu ,,,,,,... ., ,,N\i,11111/10/,',..'..;:'`\‘'`‘"J'IlH/a 1...,".12.V '''' "'''...•`%‘'."') A..... 1".."!/',..'..,‘A'.',...r..,. ''.`,/,.'' ',."..-': ',.... #'.',/, -','.•- .. „:-...... --/:' '..'."-• ,.' 4 lz• •;",..-- ••'', . '-,....>--''''!.!.•a,.,:„:, ,' ....-• ; -.. . ,.4;, ,77- Z....:•.,;• . . .'•,- ''NZ.Z:•.' '" '.1.4 .,_t.:' \. ". 47'`'.4:., "-*.'`._;.',. :'-%; s NI•( •'• r. ''. : •-' ••..,.. '---- •••" -:---t• . • .----''' -•••• ••: •.,.----:-:••• '' . ':..--f •4' , ' 2.—- :, .. ,_-,, s..t.--s "t _ ., , .:.—.• .t- -. .: .-—,.) ! .•_ .... ...... - i •-• ..) .0 - - •,/ -. • ..F,'•' --;--•'' . _. . , . . .••• N.:-I'-..."., •-:;:"...1:-::-..;:- . ,•1 ..;41...1.7?-:,i,V-3 1:..,., • ;,i ki. .-----'•;"*":...vii. California Environmental Protection Agency ....... -..... ,-, ....-..=avow.....=....^r". ‘.-,,, Z..........':"..•1 --. : . • --...,:"''-'"••::'.*tit .V.....,:f•%.-i:\,`‘.‘ ‘..1.'..f.--"•%- 1 -• -1,r....".•-•.;-<.:" .-, Air Resources Board ....c,,,..,.......:..:.,, .. 1..;;....,..:, .....‹.---- ,-• • :•:,pAsoiiiii;;;F,•:ct.c.:,,,.,V :. .,. , !.;••:4:•.0.,.- '441 ilt#IYI%I' • 25 .;:l' 4..,4,2t14-;r:,-::::' ".. • ' ' '••••• , ..g 1, 1 . ..hz...T. --I ..•.--'f -:;iii;;;I•a•':.'fr "* . . • . : •' 10104::-• •-•'•'''','•-:7--,47:.4.:-.' "1":.1.--;.--..;,.. .,.:41 . .1,41110,111:17•••..' ,/,,-1.r p i, B„,.. .. ,.......t...-:-.,,...--...--;_.,,. ..;,:tettirsle's, ' ti.''t k• c.r.....',:. iiiii .:•!....• *•::•>.*,`".t..;.'•'1'::• .t .-• CERTIFIGE OF RtPORTEEXCOIVIPLIANCE -: ., . .:••_. ..... .,• . afoliP'•:. • . • •P ..!•...:.• :..% •.z.,,?,...,,:i•,,-;.- - if:.),7:-.::::::: •,• ---....----.----:,...-. /7":::::,-7-1'.--1-.. • -•'''''',•1•,.. , .1•-•,--. ..--;.... ,:.1.,-::-,zi . ... OFF"ROO. biESEL VEHICLE-.REGULATION .• -- No i es......,-,-,},..i• :i::::::-..... -k,v.. . iF;ii,.ir*,:•:. ".-...;;',i;ir,!M...hi. ... • •• , " ..‘".. ;.,..!,u., ,,,r4;r I..o I, ....../4.4,5--,......'...:',;7:7 • !:‘:=7:'''';::=:, ...-!,:7" • Ity,Ityr:,,,',.,.,,,:,;:jf,it‘i,•,.‘jni!.';. .... - ", %Olt . . •• ••,1'i',Ur't .i-3' i ,.4•..".-s•-•'..-•.'I•Y '''Is II Sall VCII tO""e'•..-"4".- IT' &VT.. . , I,i'-.."..,.."...4•.f.'• • 7...`3•:•,',":".1-:7.7.:',' ..%•••=..fA t-: . ',1 .n.;41 I '1`"`'... 'a;:.''-'i!,:;,...,q•....:'•.,',••::" ;).'.11.14 gh0,,,Vie.1,1"•:4';.;,-*,..';...t,zik,40, Vii.' ,,f`'..:-.:-C.` • • • L,,,,,',;.,44A,i,., ' •.' •:1:.,..;',....1,:.;,..l...:•::,f-, .e•4:}':'4,4iiiitiN .nr, ,; il.4,c ' atilt.i' 1',-. ,'-'-':•-'., -••••- tt.::!..--..•-, t•:::- "••• •• s 41,)rialirctli.,:tliii.1„ III.1.ke 1,...1...,......,.;•`....;...‘ '• •• ... kf,.:. D ,, 0 isiz..94. , . •,, .,,-•--.--,-.-,,..-.7."-; izi'z-.....*'A • , :: ,,, t.-.., ._ : '., , - . ' ,,.. : K)pinV , i-.,r. ' " .' t• AT4T434•-• ...1., ,I . ,-,--- ...... .-.• ;1 ....: ..,..•,‘ ,.:..-7:-...-...':-.• • :::at or.:"."... 4., '.... ! 11''...7- 1111- 'Ilit 4r.';'1'1,..%%II.1,',';','Iiii;t"'I'141••••'...7.0 i 11';,14..ver'-'•' ...., ol.r.....=f .., .. . .41.11‘.....,-^, 1,-. F......-,.....• . .,. ,.- ... ...,.•.' . '....•.4.,...r4:,51q !“"ii .,, ;::;;01..., V.*,:i: ,,Iii::,,,.:-:••,i-i,i„:.,etir f.,ol• ..,..',•;:cii.,11J i'pii:.'i ilil!..1.• . !..., .-&-..-,......, • • -.._'-------if .:::i,-:,, ,;( •• . . ,ii:i.i:ItIr gr'X''' it-1141,1:1-1•:.-1•.•4,,t-..t..i.::•1:..1 1: .,•-'1/4...;.t...,th'':.•40;41-..• to:. '''f;'"`"-'d;•444'lie-A";'•. .•••'‘:-•"4..t*:••••1 .•4:r4-.i. 1Z•qa'VZ...t•Yiliriiiii;1', ll.• ''. •t•'''''..Z•'..g.1::.' •...al.•r• This certificate ii.idiiiiili:.d'f:. 1;...: '".- tiitiaiiIitgiski.hae-iretiorted,*4 •.tfiesel vehicles to the....-:-.,...-, -. .. -• • • • - .,--:. yfiriglife.t,. ,;•-, . .-.....i;.:sc.t,it tt.titlitlt,...4,,r,.4;4,-4,t,..qt,.tst:t...witty. ••"...... -;-r.; , • ..,:',=-::--, • .Celffornia Air Re-. .4,..=--. ro.. • tcl 4 Evircorsvianoe .title 13 OCR, :••,.,-...--1,,, •'4-•,1,Lr'•v-..„. ,.-44.-, ,44,*•341 i i al, :f•, .1.3, . ,,-.:?...1:::r:.•.i...... . ... . .,.....,,.....-....,f,..... f.....74--..i.--• ),' . section 2449. All':a..!:..RableYeni01.. .„ .41e.,.,- . 141$.;061.11Pary,'Pr'agency must be .•-,-„--:;- --...„,,...,-.,.. .. ...:.‘" •.,,,,,Z.,r, *"..-Z...--, • •• ,....•.•• •.. - . . . .4:4,, .........i.,,.:p-•: " 4".1 i' '.1 •.' 1 Il ...... **sii *. * reported and labeled,'ass,sp4 ! - _,.. ,ph.... ,-!... „m. l 30• .,.,ssi,. P.gm.,MPIPteness,else this certificate is null and void. i.....)1..---- r t.,,....-....,...--..., iv.,.,„.„.:t;.....,,,,„4,',..:,1614111. -.:;y1h.,...-' , ....""•:..",.. s:::::":":,"-.--• -' '-•• c!-:.•11-ti.'''.:•/: 71.:46,4 .',1••••-',•:'Off road Diesel Fleet Identification C:',/..::-.1-.;•-•:. . , ,.....,....„-..,........, /..-4:.4.•::-.:,-.,.-!I/.. -..)' -----:-"; : 4333 'el•-:•-= Zt ..i ,..,,. ,-.L....._..„....-.:::., --7,L—Jack.Kitriwski . .... ... - ___.— '- --z,z-:::' --• — Chief,Mobile Source Control Divi5lon -.I..`,..,:.:-..:.-:.•.. To verily ttoo-00theritcjiy of this eettilcitte,enMt.this number at B .i .c• -:-..---,-...--*-.:.---;:'(•-%2 *-- California Air ftsoiate;Board ' • ti -',...,'+`:.1...f: • http://www.arb.ca.govkloors/compliance certl.htrn1 I . . ----,.., . . - . „•,k..-.,,-,:•. . .. /t..,%t•,,,,,:-I'':= '7," '‘,... ,i:-'-..`",.:qu,. \: ,..'7'7-7!•,...,.4,.., .- '-';-.,.k..' :''--...``Aa .--' ,'...' %.".--.. .,:.:::.•\*'.-: '- -',„‘' " ; ..;7-..t.,, 'iA$1k...L,-,'.., %'-- 1 t -.4.41t„...- '1,,',' . '• , . --'-"••••;.• S,' . _.,, .',. 2".-. ..."'""`" 's•-..- '', 'A"s.•.'4--7-'-'.•-' '! 7'. -""---,.''''.-"•.'''',.i;-;' ,i .,“ ‘.'',.%.;,"-:.-'..1./;1,;7-1 • -.....Vt t:' -.-I‘VO-.,c,-..,'",e`irs.PI I'W•iC.:•,/, f ";: '•N‘'''il.: •.d..'1 *l'i -.2:';' • ;5:-.....".7.*:"' t ' .':'11?icliiiiiii0,\;'‘(?;:':6,114,11/1//11.0\°*'‘;:.'e°d'i'VIII lin'\‘'Is•i;4.10.141/111110 0‘i.7:e.A.Mtill . ,,t,1, if, 4,11IV.,\,,,,;;.,..0,/,tilijil \'‘;‘,,;;,y,iiii i iiiiiit '0`.0,:,, - :,..,. , .,,j , . ,,,,,e,",,,,,,i,i, .1 ii 0.,,,,.•...i ti,4 01,.0.'44e 414,110, .if11.1.1.4 4.Pi.t.thii .01 tit s• ssidijit .itlo 401/e ,,‘,,,,.fi i...,i It..,,4.1, , •'''• '; `'....•:' '...414711111tIV''Ale:: Liiiiii I I 111111$%\4... lt fii I III"li 1°: ii, lilt,0,,-.,- .. , i .,-__ ,....2.4:,,,;.;;,,t;t, _ • .-- „: , ..4,.....?. •.,.,...N.•,.. \-..:..-:,'---.!. .-:•- --.1.!....1.01.6.-----,.,,A no. .4, .. ..:1 IZOOSI,Gt• --:'.....4,f.P.Iii!1.0.4... •—• ..a. g tg oh... ....,?4,!•reit titt;,... ....,*.1.:..!v. : ..... • - "','..,.;,, •-. .. -.••• I.; '• --.!......t, • -. --”1:g.011",-- "-teVt,tt-'•,' !!!...,. '!"- I ardy&Harper,Inc. 32 Rancho Circle Lake Forest, CA 92630 —------ ---= City of Huntington Beach -Attn: Public Works Office 2000 Main Street Huntington Beach, CA 92648 OFFICIAL BID SECURITY—DO NOT OPEN Project Name: 17'h STREET ARTERIAL REHAI3ILITATION CC#: 1771 - Bid Opening Date: May 8,2025 at 10:00 AM i iJor4 am n SECTION C PROPOSAL for the construction of 17TH STREET ARTERIAL REHABILITATION CC No. 1771 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor,material, equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days,starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. 7atbG6biini6 ttilAintet,Oahntille06 C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid,find in the amount of which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here,if any: Addenda No. Date Received Bidder's Signature • C-2 • 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount 1 -- MOBILIZATION 1 LS $17UI QOQ. uv $ (70 cno, 00 2 -- TRAFFIC CONTROL PLAN I LS $ 3240 oa $ 3-2. a°O 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ I 05100 b,°° $ 1 05,00D.oo 4 -- FURNISH AND INSTALL PROJECT 2 EA $ 2f1 O •Or7 $ z00,OD INFORMATION SIGN S -- FURNISH AND INSTALL SIGNING AND 1 LS $ l II yll n) $ (i() 000.OV STRIPING PROJECT SPECIFIC WPCP(WATER 00 Gt� 6 -- POLLUTION CONTROL PLAN)TO 1 LS $ 2000 $ 2-000 ADDRESS CONSTRUCTION BMP'S. 7 -- INSTALL AND MAINTAIN CONSTRUCTION OD 1 LS $ ZZ `-rOp $ 2:2 +4 00.o0 BMP'S PER APPROVED WPCP. REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP 8 2 OF SIDEWALK/GRADE. PULL OUT ALL 33 EA $ 133 U 00 $ �3 �RD a()ROOTS WITHIN PROPOSED / IMPROVEMENTS.ADD BACKFILL AS REQUIRED TO MATCH FINISHED GRADE. SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER HB STD. PLAN 733 AND CO ou 9 3 DETAIL A ON SHEET 5. (ITEM INCLUDES 8 EA $ 1 On $ 5,5(00 REMOVAL OF SIDEWALK, 85 SF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL, AND MULCH). C-2.1 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 24" BOX • STRAWBERRY TREE-ARBUTUS UNEDO PER HB STD. PLANS 714, BOX STRAWBERRY TREE-ARBUTUS UNEDO PER HB STD. PLANS 714,715, 716,718& 719 AS SHOWN ON PLANS. (ITEM 10 4 INCLUDES EXISTING LANDSCAPE AND 36 EA $ '14OD�a0 $ SO �00, IRRIGATION REMOVAL TO 1 ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND 3"OF MULCH,AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AT THE BASE OF THE NEW TREE). 11 5 REMOVE AND RECONSTRUCT SIDEWALK 6,200 SF $ U, 2 $(p3 2.4'D,OD PER HB STD PLAN 207. GRIND EXISTING RAISED LIP OF 12 6 CONCRETE TO MAKE FLUSH WITH 4 LF $ 220,OD $ SOa- OO ADJOINING CONCRETE. PATCH CONCRETE AS NECESSARY. REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 AND op 13 7 DETAIL B ON SHEET 5(CF=8"). (ITEM 1,700 LF $ sq'160 $ 142.1000 INCLUDES CMB, SLOT PAVEMENT AND • LOT DRAIN.) REMOVE ASPHALT CURB AND 14 8 CONSTRUCT CURB AND GUTTER PER HB 80 LF $ LP�J a0 OD STD. PLAN 202(CF=8"). (ITEM INCLUDES $ 5 b4 0 CMB,SLOT PAVEMENT AND LOT DRAIN.) REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. 15 g PLAN 205. (INCLUDES CURB, SPANDRELS, 1,300 SF $ 143 O(7 $ 555 (380,12 TRANSITIONS, SLOT PAVEMENT, CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) • C-2.2 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REMOVE AND CONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB,AND GUTTER PER CALTRANS STD PLAN RSP A88A • FROM BCR TO ECR. (CASE SHOWN ON PLAN). (INCLUDES ALL APPURTENANCES, 16 10 CURB GUTTER, DEPRESSED CURB, 4 EA $ (l S, OD $ 35� 200.00 SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE. DISTURBED LANDSCAPE MUST BE REPLACED IN KIND.) REMOVE AND RECONSTRUCT MODIFIED RESIDENTIAL ALLEY APPROACH PER HB STD. PLAN 107 AND 209. CONSTRUCT HALF DRIVEWAY AT A TIME. (W PER 17 11 PLAN)(INCLUDES ALL DEPRESSED CURB 560 SF $ I 13, $ 10)30Li. 00 &GUTTER, ONSITE BLENDING, RETAINING CURB, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT COMMERCIAL DRIVEWAY APPROACH PER HB STD. PLAN 211.CONSTRUCT HALF DRIVEWAY AT A TIME. (W PER PLAN)18 12 (INCLUDES ALL DEPRESSED CURB& 5,400 SF $ 161, go $ I o4-, 7-20.00 GUTTER, ONSITE BLENDING, RETAINING CURB, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE EXISTING A.C.AND A.B. PAVEMENT TO A DEPTH OF 0.33'AFTER COLD MILL.CONSTRUCT NEW 0.33'B-PG 19 13 70-10 A.C. BASE COURSE OVER 95% 1,500 TN $ 2 D7, DD $ 310)60u.nD COMPACTED SUBGRADE PRIOR TO PLACING 0,17'ARHM SURFACE COURSE OVERLAY. COLD MILL EXISTING A.C. PAVEMENT TO 20 14 A DEPTH OF 0.17'FROM EXISTING 179,000 SF $ d.108 $ 211 720.OD SURFACE. CONSTRUCT NEW 0.17'ASPHALT RUBBER 21 15 HOT MIX(ARHM-GG-C PG 64-16)WET 2,400 TN $ 157, bLI $ 3749,00o,G% PROCESS OVERLAY. REMOVE EXISTING AND FURNISH AND 22 16 INSTALL NEW WATER METER BOX AND 3 EA $ I �3D. cD $ 090 . a 0 COVER.ADJUST TO GRADE PER HB STD. PLAN 601. C-2.3 17TH STREET (PALM AVE. — MAIN ST.) CC 1771 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount REPLACE WATER VALVE BOX ASSEMBLY 23 17 AND ADJUST TO GRADE PER HB STD. 33 EA $ 220O IQ(9 $ 72) 1,00, 00 PLAN 612. REMOVE EXISTING AND FURNISH AND INSTALL COMPOSITE STORM DRAIN 24 18 MANHOLE FRAME AND COMPOSITE 2 EA $ -4 35u �� $ S 7OOa 00 COVER AND ADJUST TO GRADE PER HB STD. PLAN 513(b). • REMOVE EXISTING AND FURNISH AND INSTALL COMPOSITE SEWER MANHOLE / c 00 25 19 FRAME AND COMPOSITE COVER AND 3 EA $ 14350, $ 13105c0, a ADJUST TO GRADE PER HB STD, PLAN 513(a). INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE 26 20 CONSTSIGNALS AND LIGRUCTION OF TRAFICHTING SYSTEMSF 2005 33 EA $ 541a°D $ I q�Li70, �a EDITION. SPLICE LOOPS TO DLC IN PULLBOX. ADJUST EXISTING MONUMENT WELL TO 27 21 FINISHED GRADE. PROTECT EXISTING 2 EA $ 2 2-b0 ,ao $ 144CO,av SURVEY MONUMENT IN PLACE. 28 22 ADJUST EXISTING STORM DRAIN CLEAN 2 EA $ ZZOb,aD $ y'4'0O• " OUT TO FINISHED GRADE. 29 23 ADJUST EXISTING WATER MANHOLE TO 1 EA $ 27 OD oo $ oo FINISHED GRADE. REMOVE AND RECONSTRUCT LOCAL 30 24 DEPRESSION PER HB STD. PLAN 301 AND 70 SF $ 3t0• (0 b $ Z S(OZ 302.STORM DRAIN GRATE TO REMAIN PROTECTED IN PLACE. Total Amount Bid in Figures: $ I f oe°, 0 ce(0 ,°° C-2.4 • LIST OF:SUBCONTRACTORS In accordance with Government :cede Section 41.4,044 .the Bidder shall sot:forth:the name, and business address of each subcontractor who will perfonn work or raider service to the bidder on said contract in .an amount in excess of one-half of one percent of the total bid Or $.10,000; whichever is greater, and the portion of he work tohe done by snch subpooh-actor: Bid Name and Address of State Class ,piRryvc Dollar Iteni(S) Subcontractor license Aggigrktioa# Amount Contract Number 1:24.,q.ny 17D r-, &<1. 41.K..."T 572 fq, ....Ceeir--47?-7, 4;8.,4'163Zi, E k2E)5 17,ft;trit, ,413,z,75 i .0q i. cic) )2,1 '14 441g CMCI(F)1,4:A04- 'ti9r5r-si. e,,4;ezp ca . . Vczver)la,:8 70 tl- ThOre.12:-AgS5E:S E.t4( icy 14,06: e 1.LM: ''-idrE /pot) I P,),OC-1 •-- • ./t :(Occ.x,>c);(pqj tp;.1,135, . . . y sthalission of this proposal,:the Bidder Certifies: 1. That he,is able to and will perfoiti the balance:of all work which is not covered in the ,above subcoinr,actors.listiog. 2. That the AGENCY will.be furnished copies of all subcontracts entered into •atid bonds .furni§hed.by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT. TO BE EXECUTED BY BIDDER AND SUBMITTED WITII BID declare tinder penalty ofporjmy wider the laws of the State of California that the foregoing is trite and correct and that this declaration is executed on 651.08/25,at CORONA, CA Date City State JUSTIN PARSONS ,t being.first duly sworn, deposeS and say S that he,or she it. PRESIDENT Pt'HILL-CREST CONTRACTING, INC, the party making the foregoing bid that,the bid is not made in the interest of;or on the behalf of,any undisclosed person, partnership, company, association, organization, or corporation; that the bid is,genuine and not collusive or sham;that thebidder 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 anybrie to fix,the bid price, or that of any other bidder,.or to secure any advantage against the public body awarding the contract of anyone interested,in the proposed contract,that all statements contained in the bid are true;and,further,that the bidder has not,directly oi indirectly,.submitted his or her bid pi iCe or any breakdown thereof,or the contents thereof, or divulged information or data,relative thereto', or paid, and will not pay fee to any corporation, partnership,company association, organization,bid.depository,or to any member or agent thereof to effectuate a collusive or sham, HILLCRSTCONTRACTIiJG INC. Name of Bidder rJUTIN PARSONS Sig attire of Bidder 1467 CIRCLE:CIT.Y OR. CORONA,CA 928/91660: Address.of Bidder UTILITY AGREEMENT nolsTORA13L :MAYORAND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises And agrees that in the performance of the:work,specified in the contract,known'as the I7TH STREET ARTERIAL REHABILITATION aj(we)(it)will employ arid utilize only.qualifiedpersOnsi A hereinafter defined,to work in proximity to any electrical secondary ortranstaissionfaciiities, The term"Qualified Person"is defined in Title 8, California Administrative code, Section 2700, as follows; "QUAlified Person:: A person who, by reason of everieiVeor iliVrOctiPn, is farniliar with the. operation to be peiformedand the hazards involved," The Undersigned also proinised and agrees that all such work shall be performed in accordance with all applicable electrical utility companY's requirements, Public Utility Commission orders, and'State of California:CaliOsliA requirements. The undersigned further promises and'agrees that the provisions:herein shall be and are;binding upon any subcontractor or subcontractors that may be retained or employed by the Undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained'herein, H I LLCREST CONTRACTING, INC. Contractor # JUSTIN PARSONS By 41 PRESIDENT Title Date: 05I08/2$ DISQUALIFICATION QUESTIONNAIRE Ih accordance With Ogyernment code Section.101,62,:the,Bidder shall complete,:under penalty Of perjury,the following questionnaire, QUESTIONNAIRE. Has.the Bidder, any offidet of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder eVe,r been diSqtalified,removed or otherwise prevented from bidding,on or completing a Federal,.State Or,l'OCal goVeittnent project because of a violation of law or a safety' regtaatiOra Cl Yes, If the:answer is yes, explain the circumstances jute'space proVide(L Note: This questionnaire constitutes' a part of the Proposal, and a signature portiOn of the Proposal shall constitute,signature of this:questionnaire. C-6 COMPENSATION INSURANCE CERTIFICATE Pursuant:to Section 1861 Of the.State Labor Code,each contractor to whom a ptiblic works contract has been awarded shall sign the following-cettificate. I am aware of the provisions of Section 3700 Of the Labor CO& whiCh require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this:contract. HILLCREST CONTRACTING;.INC. Contractor JUSTIN PARSONS Byt PRESIDENT • Title nate: 05/08/25 C-7 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: HILLCREST CONTRACTING; INC. Bidder:Matte 1467 CIRCLE CITY DR. Business Address CORONA CA 92879 city, State Zip :(951 )273-9600 BpS@HILLCRESTCONTRACTING.COM Telephone Number &nail AddresS 471664, CLASS:A State contractor's License N Q. and class ,Q4/$0/85 Original.Date.Issued 04/80/2027 .ExigratiOri Date The work site was inspected by of Our office On ,202_. The following are pprsons,firms, and corporations haying.0.principal interest in this proposal: JUSTIN PARSONS-PRESIDENT JAMES WON.G-VP/SECRETARY The undersigned is prepared to satisfy the Council of the City Of Huntington Beach Of its,ability, financially,or otherwise:,to perform the contract for the proposed work and improvements in accordance With the plans,and specifications se;.forth, HILLCREST CONTRACTING, INC.. Company N" me Signat9&of Bidder „Ilf$TIN PARSONS Printed orTyped.Sigu awe C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this 8th day of, May ,2025, 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 iihe truthfulness,accuracy,or validity of that document. State of California County of Riverside ) On May 8, 2025 before me, A. Gutierrez, Notary Public Month,Day,and Year Insert Name and Title ofNotary personally appeared Justin Parsons Name(s)of Signer(s) • • who proved to me on the basis of satisfactory evidence to be the person whose name,is/are subscribed to the within instrument and acknowledged to me that.he/sh•/they executed"the—Arne in hi her/their authorized capacity( s),and that by his/her/their signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. 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,+ ;,; Notary Public Cal1ornia I ;•.,to Riverside Cpunty "I+1 Commission 1i 423219 M My Comm.ExpiresNov1'3,2826, Signature t • igna re of/ otary Public (PLACE NOTARY SEAL ABOVE) • • C.9 • • Bidder's Project:History For the purposes of this project, the bidder shall pro-Vide project history of similar work, specifically referending:the construction of Arterial Rehabilitation Projects with curb and;gutter, sidewalk, curb access ramps, cold mill and overlay, and deep lifts. Bidders are encouraged to subMitopplettiefital releVant proj history in addition to the projects listed herein. Listed below are the names, address and telephone inimbeta for three public agencies for which the bidder has performed similar work within the past:five years:. 1. Al—rACAG-N Name and Address of Public Agency Name and Telephone No.of Project Manager: Cont Amount Type of Work Date Completed Provide aclational project deseription to show similar work:: 2. Name and Address:Of Public Agency Name and TelephoneN0.,Of Project Man4er: Contract Amount Type of Work Date Completed Provide additional,project description to show similar work: 3, Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed Provide'additional project de,scription.to shOw similar work: Current Work of Similar Complexity and Scale to this Project CITY OF COLTON-RANCHO AVE &N. STREET IMPROVEMENTS 650 N. LA CADENA DR. COLTON, CA 92324 CONTRACT AMOUNT: $160,711 STREET IMPROVEMENTS-COMPLETION DATE: 08/2021 CONTACT PERSON: VICTOR ORTIZ-909-370-5065 CITY OF SAN JACINTO-HEWITT STREET REHAB 595 S. SAN JACINTO AVE. SAN JACINTO, CA 92583 CONTRACT AMOUNT: $1,627,892 • STREET IMPROVEMENTS-COMPLETION DATE: 11/2021 CONTACT PERSON: JEREMY HOOPER-760-983-1832 CITY OF NORCO-18T ST.REHABILITATION 2870 CLARK AVE.NORCO, CA 92860 CONTRACT AMOUNT: $1,164,828 STREET IMPROVEMENTS- COMPLETION DATE: 02/2024 CONTACT PERSON: SAM NELSON-951-735-3900 CITY OF LAKE ELSINORE-ACTIVE TRANSPORT CONNECTION 130 S. MAIN ST. LAKE ELSINORE, CA 92530 CONTRACT AMOUNT: $2,196,362 STREET IMPROVEMENTS-. COMPLETION DATE: 08/2023 CONTACT PERSON: CARLOS NORVANII-951-674-3124 • CITY OF MENIFEE-ROMOLAND GRID RESURFACING 29844 HAUN RD. MENIFEE,CA 92586 • CONTRACT AMOUNT: $767,164 STREET IMPROVEMENTS-COMPLETION DATE: 09/2023 CONTACT PERSON: DON SHARP-858-829-7538 CITY OF MENIFEE-MENIFEE RD. RESURFACING 29844 HAUN RD. MENIFEE, CA 92586 CONTRACT AMOUNT: $1,732,273 STREET IMPROVEMENTS-COMPLETION DATE: 06/2023 CONTACT PERSON: DON SHARP-858-829-7538 Bidder's Critical Staff Listed below are:the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at leas;three projects for which the critical staff hasperfOrmed similar work within the last five years. These projects do not have.to be undetthe einplOytherit Orthebidder of this project..Bidders:are encouraged submit supplemental.relevatit projeet histoiyin addition to the projects listed.herein. Rictrpre_'•L- afii..S.72L._ Name of proposcd Pro]ect,Manager TelePhoneNo.,of proposed Project Manager: 151 2.,i” litpAckir Project NalTle,&Contract Amount Type.of Work Date Completed Project Name&:Contract Amount Type of Work Date Completed Prbieet Name&Contract AmOntit Type of Work Date Completed 2. NA pen- _ Name of proposed Superintendent TelePhone:No.ofproposed Superintendent:, 1.5I. •!X13 ArrA,..641"-eD Project Name&contract.Amount Type of Work Date Completed :Project Name&Contract Amount Type of Work Date:Completed Project &Contract:Amount Type Of Work: Date.Completed. Current Work of Similar Complexity and Scale to this Project CITY OF COLTON-RANCHO AVE &N. STREET IMPROVEMENTS 650 N. LA CADENA DR. COLTON, CA 92324 CONTRACT AMOUNT: $160,711 STREET IMPROVEMENTS-COMPLETION DATE: 08/2021 CONTACT PERSON: VICTOR ORTIZ-909-370-5065 CITY OF SAN JACINTO-HEWITT STREET REHAB 595 S. SAN JACINTO AVE. SAN JACINTO,CA 92583 CONTRACT AMOUNT: $1,627,892 STREET IMPROVEMENTS- COMPLETION DATE: 11/2021 CONTACT PERSON: JEREMY HOOPER-760-983-1832 CITY OF NORCO-1sT ST. REHABILITATION 2870 CLARK AVE.NORCO,CA 92860 CONTRACT AMOUNT: $1,164,828 STREET IMPROVEMENTS-COMPLETION DATE: 02/2024 CONTACT PERSON: SAM NELSON-951-735-3900 • CITY OF LAKE ELSINORE-ACTIVE TRANSPORT CONNECTION 130 S. MAIN ST. LAKE ELSINORE, CA 92530 CONTRACT AMOUNT: $2,196,362 STREET IMPROVEMENTS- COMPLETION DATE: 08/2023 CONTACT PERSON: CARLOS NORVANI-951-674-3124 CITY OF MENIFEE-ROMOLAND GRID RESURFACING 29844 HAUN RD. MENIFEE, CA 92586 • CONTRACT AMOUNT: $767,164 STREET IMPROVEMENTS-COMPLETION DATE: 09/2023 CONTACT PERSON: DON SHARP-858-829-7538 CITY OF MENIFEE-MENIFEE RD. RESURFACING 29844 HAUN RD. MENIFEE, CA 92586 • CONTRACT AMOUNT: $1,732,273 STREET IMPROVEMENTS-COMPLETION DATE: 06/2023 CONTACT PERSON: DON SHARP-858-829-7538 CONTRACTOR REGISTRATION WITH:CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS(DIR) CERTIFICATE Pursuant to SE 854{Citing:tabor Code.Section 1171.1(a)),passed by the CalifOrnia State Senate On'June 20,2014,established anew public works Contradtor RegistrationTrogram,which requires all contractors :an . UbContrctors bidding and,performing work on.Public Works'Projects to register'on an annual baSiS: (each July 1 through lune,SO,state fiscal year) with the California Department of Industrial Relations(DIR),Currently the annual non-refundable registration fee for Contractors is $400, Each contractor to whom a public works contract has been awarded shall sign the.following certificate, DIR FACT SHUT on,SE 854 liftps://www.dinca.gov/public-works/PtiblieWorksSB854.html DIR's Contractor Registration Link—Cali(844) 522-6734 https://Www.dir.ca.gov/pUblic-works/contractor-registrationhtml: DIR's.Contractor Registration searchable database: https!//cadir.Sebure.force:com/ContractorSearch Iain aware and i11.comply With the proviSions ofLabor Code.Seotion1/71:1(a)which states: "A:contractor or subcontractor Shall not be qualified to bid:on,be,listed.in .bid:prOposal, subject to the requirements of Section 4104 of the Public Contract Code;or engage in the performance of any contract for public work,,as defined in this chapter, unless currently registered and qualified to perform:public, work pursuant to Section 1725.5, It is, not a violation Of this section form unregistered contractor to submit:a bid that is authorized by Section 7029.1 of the Business'and Professions Code or by Section I. 164 or:20103,5 of the Publie,Contract Code, provided the contractor is'registered to perform public work pursuant To 1725.5 t the titte,the contract is awarded." I furthermore will comply by providing proof ofTegiStfatibri with DIR as the primary,contractor, As well as for ALL subcontractors at the:time of submitting the bid. HUCREST OONThAOTING, INC. Contractor JUSTIN PARSONS By ' BID Email PRESIDENT Title Date: 05/08/2025 YVVC Regi$trattoil#: 1:00P0014)- G,. C42 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE . How many times in the last five years has your firm beep assessed and paid liquidated damages after completion of a project'under a O2 3 4 5+ construction contract with either a public or private owrIcr? (Explain:on a separate sheet:Identify all such.projects by,ciwner,owner's address;date, of completion of the project amount of liquidated:damages assessed and all other klirOttnati0110dOsSarY 45,401Y explain SOW OsPSSrliertt Qflicitiktated damages,) 2. HOW'rrianytinies,in the last five:years has your firm made any claim against a project owner concerning work on a project or payment for a 0433 4 Contract and filed that claim.in court or arbitration"! (Explain on a separate Sheet Identify the claim(s)by providing the project name;date, of the claim,bathed the entity(or entities)against whom the claim was,hied,,a, description of the nature of the claim the court in which the case was filCd,and a:.brief description of the Status:of the>claim[e:g."pendine,or if resolveka brief description of the resolution-1j 3. How many times'in the last:five years has CalOSHA Cited and assessed penalties-.against your firm for any"serious,""Willful" or 01 2 3: 4:.5+ violation(s)or the:feciraf Occupational Safety and Health Administration cited and assessed penalties apIngyopr.firr4 for violation(s)of safety or health regufationS'? NOTE:If yoiihave:filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it 4.. How many times duringthe lastfive years,has'your firm:been required to PaY'back wages:and/or penalties related:to state orfederal prevailing wage 0 2 34 laws for work performed by four firrti? (Explain.=a.separate sheet Identify the clahn(s):by providing the project name,date of the claim,name of the claimant,a brief description oftheliature of the claim,the cptir.tin:Wliklithe.case was bled and a brief deseriptiOn,of the status of the claim[eig. '!pending?'ot,if resolved;abrief desciiption.:of the tesolgtion].) • C43 Bond NO. .08560235 Fidelity and Deposit Coiii.13r a-ii'y . , po,,p7ppmcg BOX 1227 OF :MARYLAND BAL.77m04,MD 21203 , • L 1:1 :BOND ., • . it.NOW ALL MEN BY THESE,PRESENTS: : ' . ,• ., as Principal, (hereinafter called the "Prineipal."), andAlie FIDELITY AND DEPOSIT COMPANY pp MAnYLAND; P.O.Box 1227, Baltimore, Maryland,21:203, a corporation duly lgrganizect under,the laws of the State-of Maryland,AS Surety, (hereinafter called the-i`Surety'); are held and ,..• fir-Mly bound unto______— . . City of Huntington Beach ................. ....................... •• •.• • ;-as'Obligee (hereinafter'called the"Obligee"), _), for the payment of which sum well and truly:tote made;the said Principal and the-said Surety,bind ourselves,our heirs, • exectiroMi addiinistrators,.successors and assigns,'jointly:and severally, firmly by these preSents. • WilgREAS; the Prineipil has:submitted a bid:fot_17..th'Street Arte.ria1,RehbilitatiOn.,LC2.-1 7771.........L. . ' . _ . — . . . „ _-------- . . ..., ,NOW,111EREFORE if the"lablik6e,sball'accept the bid-Of the PrinCip41 and the Pi'Mcipal shall enter info a contract: . ,.with theoilig6e-in accordance with the terms of such bid and.give such WO Or banal as;may b6 specified in the bidding ; - or contract documents with good and Isufficient surety for the faithful perfOrinanCe of such contract and for the prompt • ' .-. ' payment of labor and ninterini furnished in the prosecution thereof,orin the event of the failure of the Principal to enter into such contract and give such bond or bonds; if the Principal.6&pay-to the:Obligee the difference not.to exceed ' •: - -, the penalty hereof between the amount specified in said i?jd and such larger amount'On.Which the Obligee may in good . . faith contract With-another party to perform the work covered by.,k*.id,bid, then this obligation shall be 0011 and void, ,. , . •,: : otherwise to remain in full force and effeet. . . .. • • ' Signed,and snalpii,thi ‘....,...,,,,_ , ____lt ...._ _____ . . , . ___HILIC____,re,s_t,__Co_nt_r_a_c_t,1129_,_I.r)._c•___________.:0EAQ . . r . Prihcipal . . . IMOgss. BY: -; A 4fro-:. , , . . 74-4.cri.$14 VAg,sto• , Two . - . ... . . Pupgr_M AND DEPOSIT COMPANY OF MARYLAND i Surcy .: . . 5ee attached aCknoW10001 pot Witheis Ii :fli- ACT i Spencer Flake: ' , .conr,iimi to Arfierjr4.0 !rt5ittrte or.f!..roitects Dooyma iogit, ' . . . ciliary 1970-Ediiiow. . . • . • . . , . . • , - , . ,, • . . - •. . • . . 7 ,, ,, • r y ' ',i . • • -CALIFORNIA ALL-PURPOSE.ACKNOWLROGNIENT CIVIL CODE§.1189. • •- A notary public or.Other,officer completing thiS.certificateerifies only the:identity Of.the indiVidual Who'‘signed the d000rnentto which.this.certificate is attached,and not the truthfulness,accuracy,or validity.of thatdocument. . • • - .8tatp CalifOrnia. CountyCojntyof,Orange On May ,2Q25. before me,,HeatherWillia,NOtary Public. Date Here insert Name and Title of the Officer personally appeared Spencer Flake Norrie(s).of.Signer(s) Who proved to me on the basie. Of satisfactory evidence to be the person(s)'whose name(s) Ware subscribed to the within instrument and acknowledged to ime that he/she/they executed the same in his/her/their authorized CapaCity(feS),-and that his/her/their'signature(s).on the instrument the'perabn(s), Or the entity upon behalf of which.the person(s) acted, executed.the instrument. certify under PENALTY OF PEFOJi1Y...14ndPr..V101.a.W5 of the State..of California that the foregoing paragraph frue,and,correct r H ER W.1 L I., 7- . . . COMM.#2 i9S WITNESS my hand and.OffiCial seal ciit!FFV1.1i 2-,`),iftyy, ORANGE;4..,(AN:•( Signature • • • . 3 • i',.,•4560' ,COMM,EXPIRES •?-7, .„.. • Signature.'of'Notary Public Place.1\lotaiy•Seat AbOVe OPTIONAL' • Though this section is.optiCniai,completing this information can,deter alteration of the document or fraudulent reattachment'of this:NMI..to unintended Clocythent. Description of'Attached 139Outriopt Title or Type of Document 'Document'Date: .Nprriber. Of POgee: ';8igner(4 Other Than Named Above:\ . Capacity(ies) Claimed by Signer(s)' Signer's Name: Signer's'Name: CT CorporatoOfficer Corporate Officer —Title(e): -..:Partner— T.Limited CT General Partner — CT Limited :2 General Individual CTAttorney in'Fact CT IndiVidual. C.Attorney'in Fact trtiStee :._:,Guardiarr or-Conservator 7.:'Trustee: Z.:Guardian or Conservator -J.:Other: . . CT Other:- Signer IS Representing . . . Signer Is Representings: . . . . ',ICW-Wc•74:-./..= 7.;. , • .• • • • • • • - • 4•KX X.-sr--7-.' 07-74 ©201'4'NatiOnal.Notary Association •www,'.NationatNotary.org • 1-800,-US.NQTA9Y-(1-.80-01827). Ite.m,45907 • ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY • KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the • COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Christopher Nolan,Vice President,in pursuance of authority granted by Article V.Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint Charles L.FLAKE,Spencer FLAKE,DavidL.CULBERTSON,Lexie SHERWOOD,Heather WILLIS,Karen LETZ,of Anaheim,California,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver, for,.and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. • The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 10th day of March,A.D.2025. s ,w1 �t� 4 •.y., 0, .y,hAy ;$ ;;;;a "w�eMY,fir, • 4.mi,;„ + ATTEST: • ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND { — By: Christopher Nolan Vice President eufmi 4 ce000I'\- By: Dawn E.Brown Secretary - State of Maryland County of Baltimore • On this 10th day of March, A.D.2025, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Christopher Nolan,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and • 'the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. 8 'sp n,g3'r +nPwe 3Vrr l;euievleire.M.Miiisari • • flptary Public .. Mycommisston EXpite.January:27;7029. • • EXTRACT FROM BY-LAWS OF THE COMPANIES • Authenticity of this bond can be confirmed at bondvalidator.zurichna.coni or 410-559-8790 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,end not the truthfulness, accuracy,or validity of that document. • State of California Riverside County of ) On May 8, 2025 . before me, A. Gutierrez, Notary Public (insert name and title of the officer) personally appeared Justin Parsons who proved to me on the basis of satisfactory evidence to be the personcwhose name Is/are subscribed to the within instrument and acknowledged to me that he/she/they executed tie same In his/her/their authorized capacity(i$a'}, and that by his/her/their signature j on the Instrument the person ;or the entity upon behalf of which the person( acted, executed the Instrument.. • I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. . 't A,6UTIERRf1 �. Notary pum•Calfornir WITNESS my hand and official seal. t, ' .RiversideCounty I �+'�r, �,,+` CommiisioD if Z+1x521.9 is : ' Comm.Expires Nov 13,2026 Signature (Seal) • • • • • • 0101, 1ING76 CITY OF • --- c-1-% HUNTINGTON BEACH vi.....;,,,,T...,___7_,._ . f....,ct.as '...'-'n iset.;.., .,,,`-'0' _F6"GUNTi°;i-II° Lisa Lane Barnes I City Clerk January 14, 2025 Onyx Paving Company, Inc. 2890 East La Cresta Avenue Anaheim, CA 92806 RE: FY 24/25 Arterial Rehabilitation Project—CC-1771 Enclosed please find your original bid bond for CC No. 1771. Sincerely, i 14144q, J Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536-5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Or) 6(yThr CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS for the construction of 17TH STREEET ARTERIAL REHABILITATION CC No. 1771 in the CITY OF HUNTINGTON BEACH • J � Q/ 2000 MAIN STREET HUNTINGTON BEACH,CALIFORNIA 92648 (714)536-5431 • BIDS ELECTRONICALLY DUE: MAY 8,2025 NO LATER THAN 10:00 AM CHAU L.VU,DIRECTOR DEPARTMENT OF PUBLIC WORKS CITY OF HUNTINGTON BEACH PLANS SPECIFICATIONS AND CONTRACT DOCUMENTS for the construction of 17TH STREET ARTERIAL REHABILITATION CC No.1771 Prepared Under the Supervision of: Q. oo d c. C91156 Exp. 3-31-26 0* p4sZr or cttOI Eduardo.C.Okamoto-Cerda,P.E.,No.. 156 ate Approved by: a/24)Zr Thoma M. Her e,P.E., City Engineer,No.53300 Date ii NOTE: If there are any questions relative to this project,please call Eduardo Okamoto-Cerda at: CITY OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS 2000 MAIN STREET HUNTINGTON BEACH,CALIFORNIA 92648 (714)536-5431 TABLE OF CONTENTS SECTION A NOTICE INVITING ELECTRONIC BIDS A-1 SECTION B INSTRUCTIONS TO BIDDERS B-1 1.Proposal Forms B-1 2.Proposal Guarantee B-1 3.Proposal Signature B-2 4.Delivery of Proposal B-2 5.Return of Proposal Guarantee B-2 6.Taxes B-2 7.Disqualification of Bidders B-2 8.Contractor's License Requirement B-2 9.References B-3 10.Listing of Subcontractors B-3 11.Discrepancies and Misunderstandings B-3 12.Equivalent Materials B-3 13.Legal Responsibilities B-3 14.Award of Contract B-4 15.Material Guarantee B-4 16.Execution of Contract B-4 17. Submission of Bonds and Insurance B-4 18.Addenda B-5 19.Bid Protest B-5 20.Questions to the Engineer B-5 • iii SECTION C PROPOSAL C-1,2 Project Bid Schedule C-2.1 -C-2.4 List of Subcontractors C-3 Noncollusion Affidavit C-4 • Utility Agreement C-5 Disqualification Questionnaire C-6 Compensation Insurance Certification C-7 Bidder's Information C-8 Notary Certificate C-9 Bidder's Project History C-10 Bidder's Critical Staff C-1 1 California Department of Industrial Relations(DIR)Certificate C-12 Contractor Pre-Qualification Questionnaire C-13 SECTION D SAMPLE CONTRACT D-1 SECTION E SPECIAL PROVISIONS E-1 PART 1 GENERAL PROVISIONS SECTION 1—GENERAL E-2 1-2 TERMS AND DEFINITIONS 1-7 AWARD AND EXECUTION OF THE CONTRACT SECTION 2—SCOPE OF THE WORK E-3 2-2 PERMITS 2-5 THE CONTRACTOR'S EQUIPMENT AND FACILITIES SECTION 3—CONTROL OF THE WORK E-4 3-4 AUTHORITY OF BOARD AND THE ENGINEER 3-7 CONTRACT DOCUMENTS 3-8 SUBMITTALS 3-10 SURVEYING 3-11 CONTRACT INFORMATIONAL SIGNS 3-12 WORK SITE MAINTENANCE 3-14 CLAIMS RESOLUTION SECTION 4-CONTROL OF MATERIALS E-7 iv 4-1 GENERAL 4-3 INSPECTION 4-4 TESTING 4-6 TRADE NAMES SECTION 5-LEGAL RELATIONS AND RESPONSIBILITIES E-9 5-3 LABOR 5-4 INSURANCE 5-7 SAFETY SECTION 6-PROSECUTION AND PROGRESS OF THE WORK E-1 3 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6-2 PROSECUTION OF THE WORK 6-3 TIME OF COMPLETION 6-9 LIQUIDATED DAMAGES SECTION 7-MEASUREMENT AND PAYMENT E-1 5 7-3 PAYMENT 7-4 PAYMENT FOR EXTRA WORK SECTION 8-FACILITIES FOR AGENCY PERSONNEL E-17 8-1 GENERAL PART 2 CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS E-1 8 200-1 ROCK PRODUCTS 200-2 UNTREATED BASE MATERIALS SECTION 201 -CONCRETE,MORTAR AND RELATED MATERIALS E-18 201-1 PORTLAND CEMENT CONCRETE SECTION 203 -BITUMINOUS MATERIALS E-19 203-6 ASPHALT CONCRETE 203-11 ASPHALT RUBBER HOT MIX(ARHM) SECTION 213 -ENGINEERING GEOSYNTHETICS E-19 213-5 GEOTEXTILES AND GEOGRIDS V SECTION 214-TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS E-20 214-5 THERMOPLASTIC MATERIAL FOR TRAFFIC STRIPING AND MARKINGS. PART 3 CONSTRUCTION METHODS SECTION 300-EARTHWORK E-28 300-1 CLEARING AND GRUBBING 300-2 UNCLASSIFIED EXCAVATION SECTION 301-SUBGRADE PREPARATION,TREATED MATERIALS,AND PLACEMENT OF BASE MATERIALS E-29 301-1 SUBGRADE PREPARATION SECTION 302 -ROADWAY SURFACING E-29 302-5 ASPHALT CONCRETE PAVEMENT 302-9 ASPHALT RUBBER HOT MIX(ARHM) SECTION 303 -CONCRETE AND MASONRY CONSTRUCTION E-32 303-5 CONCRETE CURBS, WALKS GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS,ACCESS RAMPS AND DRIVEWAYS SECTION 314 -TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS E-33 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS PART 4 EXISTING IMPROVEMENTS SECTION 400 - PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS E-35 400-1 GENERAL SECTION 402-UTILITIES E-35 402-1 LOCATION 402-2 PROTECTION 402-4 RELOCATION 402-5 DELAYS DUE TO UTILITY CONFLICTS vi SECTION 403-MANHOLE ADJUSTMENT AND RECONSTRUCTION E-36 403-3 MANHOLES IN ASPHALT CONCRETE PAVEMENT 403-5 PAYMENT SECTION 404-COLD MILLING E-38 404-1 GENERAL 404-2 MILLING MACHINE 404-12 PAYMENT vii APPENDICES APPENDIX A DOWNLOAD PUBLIC WORKS STANDARDS,TRUCK ROUTE, TRASH PICK UP,STREET SWEEPING SCHEDULE, AND TEMPORARY WATER METER APPENDIX B DOWNLOAD ADDITIONAL COPIES OF PROJECT PLANS AND SPECIFICATIONS(ENSURE ONLY THE PLANET BIDS LINK IS PROVIDED IN THIS APPENDIX IF BIDDING ELECTRONICALLY: https://www,planetbids.com/portaliportal.cfm?CompanylD=1 5340) APPENDIX C DOWNLOAD REGIONAL WATER QUALITY CONTROL BOARD PERMITS APPENDIX D CONTRACTOR BUSINESS LICENSE APPLICATION APPENDIX E INSURANCE AND INDEMNITY REQUIREMENTS APPENDIX F BOND FORMS APPENDIX G AGENCY EXTRA WORK FORMS APPENDIX H LOCATION MAP APPENDIX I AGENCY STANDARD PLANS APPENDIX J LANDSCAPE AND MAINTENANCE REQUIREMENTS • APPENDIX K UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER APPENDIX L VPM SPECIFICATIONS APPENDIX M AGENCY SPECIAL PROVISIONS FOR TRAFFIC SIGNALS AND LIGHTING SYSTEMS viii SECTION A NOTICE INVITING ELECTRONIC BIDS for the construction of 17TH STREET ARTERIAL REHABILITATION CC No. 1771 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites electronic bids for the above stated project and will receive such bids prior to 10:00 AM on Thursday,May 8,2025,on the City's PlanetBids System Vendor Portal,at which time or thereafter bids will be opened and made available online.Bids received after this time will be considered non-responsive.Prospective bidders must first register as a vendor and then bid on this project via the City's PlanetBids System Vendor Portal website at: https://wwwplanetbids.corn/portallportal.cfin?CompanyID=15340 Copies of the bid documents, including instructions to bidders, bidder proposal form, and specifications may be downloaded free at: https://www.planetbids.com/portal/portal.cfn?CompanyID=15340. Bidders must first register as a vendor on the City of Huntington Beach PlanetBids system to view and download the Contract Documents, to be added to the prospective bidders list, and to receive addendum notifications when issued. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California,which are available online at www.dir.ca.gov/DLSR and also on file at the Office of the Director of Public Works,2000 Main Street,Huntington Beach,CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions • of the Public Contract Code,Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY.The bid must be accompanied by a certified check,cashier's check, or bidder's bond made payable to the AGENCY for an amount A-1 no less than 10% of the amount bid. For electronic submittal of bids, the bid security must be received at the City of Huntington Beach Public Works Office,2000 Main Street,no later than the bid opening date and time. The bid security must be submitted in a sealed envelope bearing the name and address of the bidder,and the outside of the envelope must read as follows: OFFICIAL BID SECURITY-DO NOT OPEN Project Name: 17TH STREET ARTERIAL REHABILITATION CC#: 1771 Bid Opening Date: May 8, 2025 at 10:00 AM The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class A, at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. All extension of unit prices will be subject to verification by the AGENCY. In case of a variation between the unit price and the extension,the unit price will govern. Project Description: The project segment for the Arterial Street Improvements is 17th Street from Palm Avenue to Main Street. The street segment improvements consists primarily of cold milling of the existing pavement, deep lift removal of failed roadway sections, asphalt base paving, rubberized asphalt concrete (RAC) surface course paving, limited removal and installation of concrete curb and gutter, concrete sidewalk, curb access ramps, cross gutters, driveway approaches, reconstructing local depression, tree replacements, installing composite manholes and valves to grade, and installing traffic loops with striping and signage. The contract shall allow the Contractor 60 working days to complete the contract. Project NTP shall start no later than Monday,June 23,2025. All questions related to this bid solicitation must be submitted through the City's PlanetBids System Vendor Portal per the information provided.in the Instructions to Bidders. Any other contact to City staff regarding this bid solicitation will be referred back to the PlanetBids system. The AGENCY reserves the right to reject any or all bids,to waive any irregularity,and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH,CALIFORNIA, the 21st day of May 2024,by Resolution No.24-349. Attest: /s/Lisa Lane Barnes CITY CLERK OF THE CITY OF HUNTINGTON BEACH A-2 SECTION C PROPOSAL for the construction of 17TH STREET ARTERIAL REHABILITATION CC No. 1771 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach,and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days,starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees,etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. c-I . It. ,the:Contirct;,:the:wt 1ersigned ages that'-.in,tlie vent tb£:the:BIDDE[z'S::defa it in :executing.the required contract and"'filingthe:necessary bonds and insurance;certificates within,l"0 working days'atter the date of the AGENcY'S`notice'of award,-of'coritract,to the BIDDER,the : .. i proceeds of theYsecurity acc ompanying this"bid:shall become-the;pr"operty:of--the.AGENCY:and :.: . . this bid and the acceptance:hereofmay,�at the AGENCY`S option,be considered null and void. Accompanyingzthis proposal,of bid find:;.BIDDER'S':.•BON,D._10%:�:in-the ambunt'of.NIA which :said amount is not less than IO%;ofthe:aggregate of the,,total:bid pace,asrequired;,b"y the;Notice ;Inviting ELECTR(ONLC •Bids, .payable to the AGENCY., ' (Please insert, the -words,"Cash..",,; :"Certiified:Check' or"Bidder's"Bond`for ; %';';;.as'the:case'.may tie} Any standard Surety.Bidl Bond form is'acceptable::. . 'Bidder shall signify,receipt•of all.".ddenda'here,)f any: Addenda o DateReceiVeil"... 13iilrler's5'ihtafirre._. . , � N/A- N// . liFF,_ _ p REY R.<KIRSGHNER xM.GEO" �= r .• p.: • • C-2, 1?TH STREET ,(Pi4L(1li.A1JE. AIN:ST: c ci 77i :.:PROJECT'BID:SCHEDULE • _: • ri'Lf T° •Ua 'I:�tilt 1 - MOB....ILIZATION. . 1 LS. $ i , , $'97 ¶? 2 -- TRAFFIC CONTROL.PLAAI, • `I. LS. ' roa $ i ` $' Z'i • '3 -;- FURNISHaPROJECTTRAFFICC:ONTROL. � 1 LS;:$'.12�( O°• $. ' % ':�; c . FURNISH AND`.INSTALL•PROJECT ' INFORMATION SIGN •� • { t FURNISH:AND INSTALL SIGNING AND.... S• TRIPING PROJECT SPECIFIC::WP.CP.(WATER- • 6 -,= : POLLUTION.CONTROL;PLAN)`TO • � • 1 LS .$ t-0 C) $'D.( • „ . • ApDRES$CONSTRUCTION<BMP';S: • . INSTALL AND MAINTAIN CONSTRUCTION • 7 _ BMP'S PERAPPROVED`UUPCR:;.. :: • .l=S;;$ r l ( C'�J $: �1.t REMOV•E TREE AND'ROOTS, GRIND TREE STUMP AND Rob „. BELOW TOP OF SIDEWALK/,GRADE:; PULLOUT ALL' ROOTS`WITHINPROP.OSED •,.. : ; IMPROVEMENTS,;ADD:;BACKFILL AS • . , REQUIRED'TO MATCH_FINISHED,:GRADE: SANCUTAND REMOVE;EXISTING ', • , >;: :,SIDEWALK-AT'EXISTING TREE,LOCATION,, AND:CONSTRUCT TREE WELL:WITH., • .SIDEWALK PER:HE STD%'PLAN 733`AND' .t • DETAIL A ON SHEET 5 (ITEM INCLUDES 3 . : . 8 EA $..} $`.I ('Ot" >.. .REMOVAL.,OF,SIDEWALK; 85',SF op, NEW . SIDEWALK,,;NON-CHEMICAL,WEED. • CONTROL:BARRiER°TO;BE..DUPONT' LAN• DSCAPE°MAX'OR APPROVED',EQUAL; AND'MULCH)::" . . ..• . „ . 17TH.STREET (PALM(PALM AVE. ST). CC1771 „ , • • • - „, • PROJECT:BID SCHEDULE • •"; . ;.,: ,• No 0 DescriptionQuantjy • • Fuf.zwilq•Arb. PIANT.NPV.V 24n.:BOX .. !.. • " • • " :STRAWBERRY TREE:-ARBUTOS.LINEDO:.. • PER HB STD:PLANS/14;BOX'• . ..„ STRAWBERRY TREE, ;‘13ip.)Tys.4.k..!NpQ,,,•:, • ,PERHBSTD;PLANS 714 71&716 718& 719 AS ,p,Hpvg..,N • 4 INLOC,e§-01$=r,IN,dLAIsIbsqAp .:Amp): 36 t top- IRRIGATION REMOVAL TO : • •• !- r . , „ ACCOMMODATE NEW TREE • ,• •• • • Rp?1,_AdErviNT.'`PFIRRIGATIoN IN KIND • • •• • : • BACkFILLING;WITH pt,Ast,.•A TOP$01L. " " • .• . •• • •, , , • . AND 3 OF mp(pji,ANDANSTP,4AT,IQN-0 .' .• .,• • • • ARBOR-6,Aki),:OR APPROVED EQUAL • „ THE BASE OF.THE NEW 711,3E.E);.,. REMOVE AND SIDEWALK. • - ctba.• _6 .. ,• • •• • • , 6-i200 SE •. $' „- - • PER.H0,:r.STD i - , • , „„ GRIND EXISTING RAISED LIP : ••.'' , , „..,„ . " . CONCRETE MAKE FLUSH " '2 lc\ .0 12. , '" ' • '" • , LF2' $ 4-0.'Ye:" . •••••.--1 • •. ADJOINING CONCRETE.PATCH _ „ • CONCRETES.NECESSARY. • . • "..' • • REMOVE AND43.ECONST.RUCT CURB ND „. • . ," : . • GUTTER PER HB STD PLAN 202 AND a„. • -• 7 DETAIL ON SHEET 5:-(CF8') (ITEM " .700 LE: S. rb% $ INCLUDE$,C,M134 SO•I'P*Oolggy,MP • . . . Ldp.DRAIN.) • ..„•,.. .."..••.. - • . • 4:REMOVEASPHALTCCURB AND . CONSTRUCT'OURS.ANDUTTER PER HB1 .. • :. ; -.• . „ 14 8 : • 80 LF $. . : 8;j:lt.S-1,C.HV STD...P.LAN:202:(Q.F=87 (ITEM INCLUDES ".'" . • .• , • • ..• .•, • ., . • .. ..• •. • .. ". 411',-pkOrr,PAVEMENT AND • . • .„ .• • " • • . REMOVE AND CONCRETE „ . CURB AND CROSS TT PpR, , .." • •,• PLAN.205.(INCLUDES CURB:- $7..5% • IS 9• - • ..• TRANSITION$;:'.SLOT PAVEMENT, ". . . AND ALL ITEivi :NEC.EssARy.-179 • • . - • . . • . " • • " • COMPLETE .• • • :•.•• •• „ - • • • .. • , „ „ „ „.,, . ,....., . . „ . ........:.• , . • . . . . •••• •• • • ••••• , C-2'.42 . • •. " . • , . • 7TH°',STREET- PALM"AVE,. MAIN ST:) CC 1771 . . .... .. _ .... PROJECT:BID,:SCHEDULE;:. ... S` .L^ !3 si >No :r.•. REMOVE AND CONSTRUCT CURB;ACCESS RAMP, DEPRESSED'CURB,AND GUTTER'.' PER::CALTRANS STD,PLAN'RS0,''A88A: FROM`BCR TO ECR. (CASE SHOWN.ON PLAN)'..(,„„,ES ALL'-APPURTENANCES;' CURB GUTTER, DEPRESSED'CURB;- • SIDEWALK;:•DOMES,RETAINING CURE, CMB,SLOTPAVEMENT,ANDALL;:ITEMS.' FROM ECR 1 O BCR NECESSARY TO COMPLETE THEWORKIN;PLACE. " • DISTURBED LANDSCAPE MUSTBE • REPLACED . - : • : REMOVE:AND RECONSTRUCT MODIFIED , RESIDENTIALALLEY:APPROACH PER"HE; '' STD:;PLAN 10TAND.209:<CONSTRUCT. HALF DRIVEWAY ATA.TIME:.('W PER,: . 17 11 : PLAN)(INCLUDES AI L DEPRESSED CURB' 560 $F.,$. &,.G,UTTER,:ONSITE BLENDING,RETAINING CURB,_SLOT PAVE,AND"ALL.ITEMS NECESSARY TO•COMPLETETHE WORK Its: • .....: PEACE:):. REMOVE AND RECONSTRUCT., ` COMMERCIAL DRIVEWAY:APPROACH•PER • HB STD:;PLAN 21:1.CONSTRUCT HALF. DRIVEWAY AT'A TIME,{W PER PLAN); 92 GUTtER�ON ITE BLENDING;RETA NING 5400 SF `.. : ....:.... ..• $,` . ' t3C7. 3. • CURB,SLOT RAVE AND ALL ITEMS; NECESSARYT.O:COMPLETETHE%WORK IN PLACE:}: • REMOVE EXISTING`A:C:;AND,A.B: PAVEMENT TQ'<A DEPTH OF.0 33'AFTER; - •• COLD:MILL:;CONSTRUCT NEW 0:33'B-PG: 19, • '9'3' 7,.,•0-10:A:C::BASE,C•OURSE''OVER 96% 1",500 `f'N 'i.' )57 ._. $': -. t c� J • COMPACTED;SUBGRADE=.PRIOR To.. PLACING,0.1T ARHM SURFACE.COURSE OVERLAY,:.' • COLD MILL EXISTING A:C.PAVEMENT 20• : 14 A;DEPTH OF'0.17',:FROM..EXISTING :179;000" $ .71 I.GI • SURFACE. CONSTRUCT;NEW;0;1T ASPHALT.RUBBER ; • 21 ' 15 ' HOT MIX(ARHM GG C PG 64 16)'WET '2;400 TN PROCESS•OVERLAY. REMOVE-EXISTING'AND'FURNISH ' INSTALL NEW WATER METERBOXAND-: COVER..ADJUSTl"Q,GRADE;PE-R HB�STD; • _ „ . •. - . , P LAN_f01: " C=2.3 1:7TH`STREET'(PALM;AUE. `,.M JN ST.}'CC1;771 . PROJECT�BID,SCHEDULE v41s iffy C.• :Lt}.,S"r�e,.. .n.._.e ♦ .sl •" .. ...:i':-....�>:f ............ . .{ .e., ,.......+,r. . .,r.. .-.'G.be;..qoe.. �.�'. r.. . .. .. ... .,.. J ..v rfls-t? . REPLACE WATERYALV"-;E.SOX-ASSEMBLY' 23 ' 17 AND'ADJUST TO GRADE PER'HB STD. '33 EA,:$' ,� 1 i o O' $ +9 . • REMOVE EXISTING;AND'"FURNISH AND,... INSTALL COMPOSITE STORM DRAIN `24 :18 MANHOLE FRAME AND'COMPOSITE 12 EA ` . • $ . COVER AND'ADJUSTTO GRADEPER_HB. STD;:PLAN,51:3(b): . REMOVE EXISTING AND;F.URNISHAND' INSTALL COMPOSITE SEWER MANHOLE ,25 1.9 FRAMEAND COMPOSITE COVER AND , Al:ADJUSTTO GRADE PER HB STD.PLAN''. 59.3(aj: INSTALL NEW:DETECTOR,LO.OPS PEZ : CITY;STANDARD SPECIALPROVISIONS s. 26 FOR THE CONSTRUCTION OF TRAFFIC: • .SIGNALS AND LIGHTING'SYST;EMS,2005; : EDITION:SPLICE,LOOPS TODLC;IN; PULLBQX...... ADJUSTEXISTING.MONUMENT=WELL`TO,'',, 27 . 21 FINISHED GRADE<PROTECT'EXISTIN,G 2 EATS : r SURVEYMONUMENT:IN,.PLACE.,,...' - ADJUSTPOSTING 2g STORM DRAINCLEAN • 2FA $ g : �$ $ ;7:3s22.. OUTTO FINISHED•GRADE , • ADJUST EXISTING WATER MANHOLE TO FINISHED GRADE; , REMOVE_ANR RECONSTRUCT,LOCAL. .. •30: 24 DEPRESSION',PER HB°.STD:PLAN 301 AN•D- • :70 SF;$. _ FCY 302.;STORM DRAINGRATE TO°REMAIN • PROTECTED IN-PLACE'.:'': Total Amount Bid in;Figures: $ ' i s r • C=z:4.. ' ., • • • , „ „ , z , „ • • - • ST W.S.00..T.t4.011), ', • In accordance Government Code Section 4104; the' 13,14•00. §h4ij.:.set name 4.14, , business address of each:'$ObooxitirgOtO WIJO.will perform work or render service to the,bidder on saidcontract in an amount in excess ot‘:•zOnO percent of the total bid or $10,000, whichever is gte4tetz,,and the portion of the wor1 to Ie done by such subcontractor Bid Name wzdAddress of State Class DIR PWC Dollar • " Item(s) Subcontractor , License Registration.# Amount on1rac/ Number* ; ?avvoraspk ''ct-triA‘Ai6.4 4P: :10—Stt-.7" Adb: 1:016016„ `6.9r!-3<z•Alt. PO.D. 1•04:ttP4', tr74-,. • '• • • <, krn(' • • z • • • „ . . • iKt- :, 117e;024..-^e: • '• • • • ; • (0t:C1C(*.:26i:rilif D *(1 4:g14'„. . Vq-ti(Y.VIGC-PreRttC)r14(f 714-LA0 .,zooNine... .;:cirkr-A.f•it.:vx:,.•. 7otsct57 •sittbbb Ocl;,0,p2,cop, • ".. • : " *CT' (2.; .14. ObN4V;(''''i. Lf P"-A4,31LYtO,t . • :-, „ , . , • :, „; . .„ : . " ",-• N,,••,• • ,• , •• .• , , • e,,, • , „ , • ,, • • „ ; • •' *7;312,(7;:eA%k) ittbfe3 • : e • ',I '.:\X) A4(4 '1630}•M qi; '146Ck: ; ‘•• " ; ••• By „ „ ,e • „. • „ , • . .,• . • • : e • .• • • . : " • . „ „ • . • • ,• , „ • , , . • „ " • . „ , r : • • • •.- e 2 ,r 2 • •• , " • • 2. ,••••• • 2 • • • • • • 2 „ • , r ' • 2 0441bili i BR:410 certifies: z• " " " zz, "" I That he is able to tifid will perform the balance of all work which is not covered in the, • :'.4,1?0,,.0:§,4heohh.494c#114jhg2 1 hat the AGENCY will be furnished copies of all: • : " z!: z., : .; " z. ,„;„ . • . , . 013.'Ontra4ti,entered into and bonds' furnished by§tib460400i•:f0041 pi010t. • : . • 1 - • . " . • c-3 • • "-' . , . : . • • • • • • . . . . .. .. . .... NUNCOL:;;USXQ.N':AFFTD ;VIT TO BE-EXECUTED SY BIDDER;AND SUBMIT.TEDDWITB • 'BID` • X declare;urider penalty of perjury:under the taws of'the State.:of;Califoxiiia41.14"the foregoing' s true and'correct and that this:declaration is executed"on,515/2025 at•ANAHEIM Date' City . State COREY R;,KIRSCHNER: being first;.duly.,sworn, deposes,and-says that he or she is:; CEO of ONYX PAVING'.rCOMPANY,�:INC: th rmaking the'-. . .. epa•:ty: foregoing b d thaftli6,l idsis nottnade;,in;the interest of,or on the.;f ehalf,of,:any;undisclosed-person, partnership,.company, association; organization, or.corporation,that.the bid;is genuine and not; collusive of sham,that;the bdderhas not directly:or indirectly inducedor solicited any;other bidden • to put.in a false:or shaixm bid,and;ha§-not directly or indirectly colluded, conspired,connived, or :'agreed:with'any:bidder;or:anyone else to. in,4 sham bid, or'..that.anyone:,shal l refrain;;from:. :bidding, .the the bidder has:not. in airy'manner, directly or:indirectly, sought by agreement, 'communication;":or confererice with anyone;to;fix,thebid"price;or:that of any ottaer bidder,or".to secure any-advantage,against;the-public body awarding'the'contract of anyone interested" op in the prosed contract;that all statements contained;in the bid are true;and,fusilier,that:the bidder lies 'riot,directlyor indirectly,submitted his or her bid price:or any breakdown thereof,or the contents `theieof;;or divulged information rai data ielativ thereto, or:paid, and *ill.not pay fee;to any. • . . ' orporation, partnership, companyassociation,o"rganization :'bid depository,or to any'member•or. agent thereofto•effectuate a`collusive:or sham bid. - ONYX PAVING'COMPANY,INC, Name:of Bidder Y`R'.KiRNNER-'CEO,GORE. SC. • nature of;Bidder • 2890 E'LA CRESTAA-AVE:AWAHEIM CA 02806 Address of Bidder • " =�. • • • • ::; • is i. • • II • • .. .:I ; • • • . is . • �.�• r; ‘‘Nluttul1+1 ;1' • • _ I - _ .l • ei, i .r; . • .fir .. - ... .• ,• � • . '. �l ^. I U;TILITY'AGREEMENT HONORABLE`MAYOR AI D CITY:COUNC L CITY OF HUNTINGTOIV;BEACH,CALIFORNIA • ,Gentlemen;, The undersigned hereby promises and agrees that in>the.performance-;o the work s`pecified,in the contract,known as:the 17TII STREET ARTERIAL REIIABILITATIOPI.(I),(we)(it).wi11 employ and utilize only qualified;persons,.as hereinafter defined,to work in;proximity to any :electrical secondary:or-transmission facilities T ie;teim"Qualified Person" is defined •California:Administrat ve:Code,Section 2700,as;follows Qualified Person: if/Mson who, b`:Treason.o ex eric nce or instruction is:'a311z1 ar with the y f. ..p f operation to be.perfo med andtthe tiazoetts'i.o.vply*.11 The undersigned;;also promised•and.agrees that all such work shall"b pei formed in;accordance: With all..applieabl ,electrical utility company's'requtreinents,"Public`Utility%Commission orders; and State of California.Cal-OSHA req ire nei ts: Tl e undersi ned>further 7 biri ses and:a gees;that;the :;rovisions;kierein $hall be:and are bind ng , .g . .. p g P upon.any subcontractor fi r.,subcontractors:that may be>retained or employed by the:undersigned, and that;the undersigned.shall take steps as,are necessary, to:a"sure compliance by"any sale] subcontractor`orsubeontractors with the;require rients contained h0e4 ',ONYX PAVING.`COMPANY, INC; Co ntractor COREY>R.KIRSCHNER.-CEO Title .. • Date 5/5/2025: • • • ,:nt'li, •', i)r. .. ... /: .! •::-:7..i. rii Yid ,1.: .. • ... .. _ . ...;i is •I. ,: ...,_. - , - • I I i i I . i • • =- .•1h, _ir we -- • _ DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? Cl Yes I No If the answer is yes,explain the circumstances in the space provided. N/A Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 COMP:t.NS:A.TION'INSURA:N, E:CERTIFICAT:t. .Pursuant to'Section-l�8d:l:oftii:e.•State Labor Code,each;contractor;to=wl om a,public•works;contract has.been:awarded°shall sign tliff eollowing; rtif cecate. ,, t'am:aware..;Or t,,17e;;p.0.0.$ons of`Section 370,0 o1:the.,.Labor`;Code=which`'regluire every- employer to-be insured5agatnst liability. for worker's compensation,or to,undertake self.-. in•surance in.accordance` with the:provisions"of,that',code, and ..will comply witlh,such provisions.beforercom xiencing'the'performance o£the work pt tl is contract;:. ' ' ONYX PAVING COMPANY, INC o :C.ntractor , -. . ..... y COREY'R KIRS.CHNER-CEO �.. = - Title . ate s .4,-, .;. , • • Date:: 5%5/2025 _ . • : .• . `�.. •'.AI 7•1..'.,J . `.. q• ....... - ••,J . • . .•) V ' •• . r•. i • BIDDER,'"S Th ORMATICIN" BIDDER certifies that the followii g information is true ai d;correct: ;':ONYX PAV1NG COMPANY, INC `B:idder Name' 2890 L.A<CRESTAAVE: Business Address: ANAHEIM, CA 92806 BIDS@ONYXPAVING.COM Telephone Numbe""r Email"Address 630330;.A';=C"12" �tate:'Contractor's�1Ji:cease I�to;�:aitd"Class " : .. : 2/15/.1990. :.... Original"pate Issued 10/31/2025 - :Expiration Date: The work:.site was inspected`.by,.COREY;K RSCHNER of our office;on;5/T 2025" "I he:foll.Qwing;are.persons,firms,•and corporations"having;a;principal;':interest:in Ellis proposal: ONYX PAVING COMPANY;iNG:; " , • CORE`(R:KIRSCHNER-CEO JAY KIRSCHNER VP,SEC,TREAS. "" RICHARD"DEVOS;-CFO ANTHONYSTEEN :PRES: • The undersigned is prepared:to:.satisfy the Council of the:City of Huntington Beach of its ability;, financiially or otherwise, to pei form the "contract for the proposed.work and improvements in accordance""with the;plans and:specifications set forth: ONYX,PAVING'COMPANY;,INO. .Company Name Signature o idder COREYR 'KIRSCHNER-CEO .`. Printed r Typed Signature • • • • • I • • • • • • • • !!llttllllll\1\\\ . I • • • • I . i _ .. ' ' I ' ... t: • ! NOTARY CERTIFICATE Subscribed and sworn to before me this 5TH day of MAY ,2025 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 ) County of ) On before me, Month,Day,and Year Insert Name and Title of Notary personally appeared Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ***SEE ATTACHED NOTARY ACKNOWLEDGEMENT*** Signature - Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 • • . CALIFORNIA.ALL-PURP.OSE;ACKNOW,LED,GMEFIT '. • ;CML CODE;§`-1189 . . w " rc^ sue A.notary"public or other`officer completing this certificate-verifies only:.the Identity of,the"individual who,:signed;ttie . document to;which.ttiis:certificate is,attached,and not the"truthfulness;accuracy;;or validity of that,docume•nt;• ` • State of California ) County of ! -Orange. ) On - ' . :May.5.2025 before-rtik Leslie'RocharNota y Public'. 'Date • . .. „ere Insert-Name and,Title of the Qcer " • personally appeared CoreymR.Kirschner. ........ .... ...... ... • -Name ).of;Signer('"" who`proved,to me'bn;the:basis;of.satisfactory-:evidence;to,be the person(s);:whose_name( j;islatce subscribed to-the:within instrumentend',acknowledged Ito me that hefsf;ie/they executed the same in his/ti*r/•tbeir..author.-ized capacity(iee),and"that byhis/hor/their.signature(s).on the:instrument the":persori,(s), or the entity upon behalf of which the;person(s)acted,'executed the instrument: . -_ ' 1 certify°under PENALTY.OF PERJURY"under'thelaws :cif the State,of California that the foregoing'paragraph istrue`arid correct:: • • . 'WITNESS.,my;h d and official,seal: . :: . :1..,Pf:-.- :7,-.-.'A',---,.--,,,:,-.-- ----,p,i,.:;‘,.— t =t Notanry Rub{ic.c liio a : , SI nature, ( .` o:44e:.counc. s.: • . .;. } Co�msio -Z48444Q Sgafur$gf-Voaryublie` ` • ,kyCo 6cpico Ate•ta 2428 P ' • ;Place Notary Seal/bove; • • . .. :OPTIONAL' Though this sect on.is;optional,completing this information can deter alteration of the document or . fraudulent reattachment of this.forma to'an unintended document; • Description of;Attached Document. - • • Title>or Type;of Document:: . ... .. - • . -Document Date..: '' , ` •Number:of.Pages::,• . , Signers)•'Other Than-Named'Above; •, - ' - . 'Capacity(ies)Claimed:by<Signer(s) . Signer's:.Name;, - : .;Signer',s Namer - , to`Corporate:;Officer, Title(s): . , .q; Q"CorporateOfficer.='T'itie(s): -' D Partner: Ca Limited ;:Q.General : El Partner,_ <0:Limited 't]'General` ., ©Individual. EAttoriieyin�,Fact` El Individual 0.Attorney irixFacf,; C3 Trustee : : ,El Guardian or'Conservator ' 0 Trustee : cl Guardian or''.Conservator 0 Other:. 0 Other:` . Si ner is Re "resentin Signer Is;:Representin,"g; 9 . P 9•„ - . ' 02014 National Notary;Association :www.N.ationalNotary.org�;1-800-US;NOTARY(1-800-876-6827). .Item 45907 ' Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of Arterial Rehabilitation Projects with curb and gutter, sidewalk, curb access ramps, cold mill and overlay, and deep lifts. Bidders are encouraged to submit supplemental relevant project history in addition to the projects Iisted herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. PLEASE SEE ATTACHED REFERENCES. Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. PLEASE SEE ATTACHED REFERENCES. Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. PLEASE SEE ATTACHED REFERENCES. Name and Address of Public Agency Name and Telephone No.of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: G10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager,and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. JACKSON HULSE Name of proposed Project Manager Telephone No.of proposed Project Manager: 909-816-2511 22-23 ANNUAL ASPHALT CONCRETE OVERLAY PROJECT CITY OF EASTVALE CITYWIDE STREET $5,998,000 IMPROVEMENT MAR 2024 Project Name&Contract Amount Type of Work Date Completed 21-22 PAVEMENT REHABILITATION PROJECT CITY OF TEMPLE CITY CITYWIDE STREET $4,031,000 IMPROVEMENTS MAY 2023 Project Name&Contract Amount Type of Work Date Completed CULVER DRIVE IMPROVEMENTS FROM WALNUT AVENUE TO 1-5 FREEWAY CITY OF IRVINE $1,704,308.59 . STREET IMPROVEMENTS JAN 2023 Project Name&Contract Amount Type of Work Date Completed 2. JOHN SILVA Name of proposed Superintendent Telephone No.of proposed Superintendent: 657-631-3527 22-23 ANNUAL ASPHALT - CONCRETE OVERLAY PROJECT CITY OF EASTVALE CITYWIDE STREET $5,998,000 IMPROVEMENT MAR 2024 Project Name&Contract Amount Type of Work Date Completed 21-22 PAVEMENT REHABILITATION PROJECT CITY OF TEMPLE CITY CITYWIDE STREET $4,031,000 IMPROVEMENTS MAY 2023 Project Name&Contract Amount Type of Work Date Completed CULVER DRIVE IMPROVEMENTS FROM WALNUT AVENUE TO 1-5 FREEWAY CITY OF IRVINE $1,704,308.59 STREET IMPROVEMENTS JAN 2023 Project Name&Contract Amount Type of Work Date Completed C-11 CONTRACTOR REGTST ATroN':tt?VwITIVCATOORNIA.VgP,A:RTMENT OF INDUSTRIAL`RELATIONS.(DIR) CERTIFICATE` Pursuant to SO 854(citing Labor Code;Section:l771:;,;1(a)), passed.:by't•he'California.State'Senate: on June 20;201:4establishe-d anew public works:Contractor:Registration Program,:whichrequires all: contractors Nand subcontractors-bidding and performing `work i n Public"Works Projects to _register on an:annual bases (eacti..July _l. through June 30 state fscal year) .with the California Department'ofIIndusfrial Relations(DIR).Currently:the:"annual nor-ref.indable.:registration fee for Contractors<is.$400. Each,contractor:to"whom,a public works contract<<has been awarded shall ""sign the following,certificate., DIR FACT SHFE3':on'SB:°85 https.!/www:dir.ca.aov/public works'/PablieWorksSB85:4:html:.:'..: .. .. ........: D1,R's'Contraetor Registration"Link-=Call(844)522 6734 °htt sI/wwwdir,ca:aov/ iiblic-woiks/contractor-registration:hi'tml DIR's.Contractor Registration searchable database; https/Icadir:secure force corn/Contractor Search " I am aware:and will;comply_with;tlie_provisions<ofLaborCode Section;1771=1(a)�;wbich;states: A'.contractor or subcontractor shall not lie,-quali#led to.bid:on,,be listed iri a'bid'proposal, subject to the requirem n,41:04 ents of Sectio of.the`:Public.Contract Code,or:engage-in°the - performance of any contract for.ptiblic work; as defined in this chapter, unless currently registered and,qualified to perform public work pursuant to Section 1725 5 It is not,a violation of=tl'lis`;section for aii-unregistered,contractor:to.subimlit'a;bitd,that is uthorized.b}y Section:700293:1:of the.Business and:.I'rofessioris Code or by Section 10164 ar 20103`5 of the Pub.lie":Co atract Cade,provided:the..tontractor;is registered`to:perform,public work pursuant to Section 1725 5 of the time the contraet`'is awarded:"" I • furthermore will compilyl y providing;;proof:of registration with DIR:as F.the p.rimary:contzactor, as well as for:ALL:;subcontractors at the time of submitting the:bitl; ONYX`PAVING COMPANY;.INC. ,Contractor • BIDS@ONYXPAVING.CO.IVI. Em• ail :. COREY R:.KIRSCHNER--;e1✓a Title Date 025 5/5/2 ` PWCRZegistration�# :1;000004798." • • • • • =a • '• `,�‘‘uuttui(iii�` ' • "'1 uutlnta���� .. • . CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a 01 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a 01 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.) 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful"or 001 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years,has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage ©1 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 . . . . , ' . .. . . . . . . .. , . • . . , • - - . . V3Tifilo AI . . , .. . . . . . • „.,,,,A„,,, . .. .. . „ A- Document Aall'O'Tm - 2010 ,......„..„...,„ . „,...„:„.;,.,. • , „ . . . . . . • . .. . . • . . .. . . . BidSond: . ... . ' . . . . . . ... .. ., CONTRACTOR: ttlaE:ty:. fAr.00,,legillwttynts'andadilress) (Na ine, kgol siants.and principal place . , . Onyx of business)-0aving'OOmpany,Inc: 2890.East La Cresta:Avenue Swiss ileCorPorate'$Oftilferia'Anierica Insurance Corporation , • . •- ,• Ariaheim,CA 92000' ... 030 MairrStAuffe ado: „__8 • . This document important legal Kantas•city,MO C4165247 ,, . .. consequences,Consultation Witty . . • .. . OWNER: . . an attorney is encouraged with . • (Atunie,.1t,tat'Siciitav and aildres.v), . . •. respect to its'completion or • • modification. City of HentinOton.peaCh . .. .. . . ' 2000.MairrStreet . • : • ' Any singular reference to Fluntingtrin 14eactL,CA 96,P3 '• . . Contractor,.Surety.Owner or . : • BOND AMOUNT:fen Peitentdf ihe'Total Amount Bid(lb%),', • . • .,other party shall be considered' plural where applicable. ' PROJECT; . . • . (Anne,lacatiorroi-vddress„vildPrOjeonuOel.,;.ifini0 . . ... . , . .. .. . . - -7 Project;flutuber;if.any:Co tta..17t1 )11:STREET ARt0f2t!NCKH?„ipILITATION .' ' ' . . . . . „ . . . _. ... . „ . . . .. . . . . . „ ThecontraCtor and Suretyare bound to the Owner in•the amountset forth above,,for thepayinentolwhicit the . Contractor Surety'bind therOelves,their heirs;executors..administrators,suceesSors.and,assigns;jointly and .. severally,:as-provided,herein.The conditions of thiS Bond are,such(hat if the Owner acccpts:thetiitfia(the Contractor • . within the time specified in die:bittdocuments,dr,within such time Period as-may be agreed to by the.OWner and • , . cOntractor,and the Contractor tither(1)enters into-a:ctintract with.the Owner in accordance with the terms Of such bid,and gives such bond or bonds as may be specitie4 in the bidding or contract Documents,with a'surety admitted iathejurisdictitin.,oftlie..projee(and otherwise.aeceptahle to the(*tier,for the,tajthfial performance of such Contract and for•th #Q#10t,pgyinpilt,drinbot:and material fiintished:imiheprosecution,thereof:or(2)Tays to.,the'Qwner the iiifTereact,n'ot.WOCectRI'Ah.eammaittifthis-Bond,ibetWeeti the-amount specified in said bitt. -nci such iaretrittuount :for Whicjillie.OWliet3inty in it'Ood,faith..contratt With"andthCr.Partly,to,(*RM the work cintered'hy'said'bid,then this obligation shall'be-Mill,and vOid,.o,therwise to reniainin full force,and effect:The Surety'hereby waives a:fly-hot iee of , an eagreernent.between the Owner and'Contractor to extend itte'time in;Which'the Owner limy^aecept;thebid.Wai,--er of. notice by Surety Shallitot,atiplylO any extetiiion-exceeding-sittity(60)days in the-aggreate,beyolut the:time for acceptanceor hick sgeeitiea,in the bid-documents.:and the.bwner.and Contractor Shall,obtain,the.Surety-stonsent for ari-extensimibeyoticisix:ty,(0)d,ays.. . If this Bond ississued ittoblinection with tt subcaninittor's bid to a tointactor,the term Contractor in this Bond shall be deemed to.be- tibcontractor and the term Owner slitill,be•deemed to.be Contrac,tor.. . . : . When this Bond has.beer1.5furnisliediO complY.svith,a statutory or other legal requirenieigin the;location of:the'Project;;„:„. . . . . any provision in this Bond conflicting with's:aid-Su-MOM-y:6r legal requircinent shall be deemettdeleted heyeti:oibiatid---...-.''.:~,.,,..',''J" '', • .. , provisions conforming to.suCb,statutriry-orother legal recittircrnent shalt>be deemed"Mcprporated.,herei h.Wbeft ab•:'.,:.' . - furnished.the intent is-that:this.Bond shall be conStrited.4t(Statutory bond,and not as a corrimoniaWiIthie:"::.:;;;: '"-,::,.. ,..‘,.-:-.,:-.• -, '''`;:- ,,',.,.....,".:-- -.. Signed-andsehied7this .51.11 ' •. 'clay Of May,2025, • :.l.'...1-:=---"•- ",,,,,' •••.',- ..:-.----;.‘,'-- ' . • :.:-,..,..:,-:.`. .::-.. ,.'..*. i LIA/"I° tc.A. ' ' • ' . i 7,..A ' '. . . . . .9.Dyx Paving Company,Inc. ... .. f`Pr/pelt, 4i ,„,- . • Oiliness) Ofx..W.v-tZsce),Ceb(c\lUrAttar . X' . • (Title) Ine-t .KA:iv.:Vmur--:c...sb' ., ,,,,..,.,,,,,i,-,:„„„i•,.... : .. . --VP4'.---' ,--- ,-- ------7,:,.. , .swis ;Re.Corfiorte-Solutions America,InSbrance Coniorationf0,.. . .../ f'Seireol. . ' .4249„...------ . (911..,0,' ' (iviln'ess.)- vinessa-karriirez '.---'---., : jai. .E-A LIKti . ,-, ( ile)7 , 0,1-10PiViii4z;fAttkiipp)n-Fpq..• . ..d.... .. ., ' • •:,-,:- -.:'.N., .. . . . '''',..,....:.. . ''' :. , , -. ',•.„'''s,...,.f/s _ :it: . . . . .. . AIA Docutnent;A3j0t,...,201 o:dbislirl4ht diS53;1970 anir2Intr*The i e,Amencan institute oiArchitells:All rights reserved WARNING:1We f•Iir . De:cenutot is 04fail 1 i y 11.51'Copyrigilitmv ami Internation'aI Tre'etle.e.Uniuth6tizOti iepiteducild:11 et ditt;ibution of fhte AW 04,,,..iushvot,or n y portion of il,illy restrit in nova alid cronmel petla:tiV5; iud Mil ba'proseteteK1 to Ow tn;m1riturn extent peasible at der the la. Thi:3 • 7] document vtas created on .otr27/2.o12 07.:412. widertne'terms of AIA occurnenti-on-Deatand."4 Orde.i.no. 200839748a.and ip not'for resOle.-Tttis400ufnerit is licenseci oyThe'ArrieriCao Institute ntAnFtiitect's`for onetime use oriwandritay not be tuj..O'club'ecrPriortd its comptetion dattjo . . . . . . . . .. ' . • . . . . . . . .. . • . . . • . . . • • • • • .l • • ���%%%ttliilltlrrp��� •• • ` l VA • •}. .'t ti v. \� �t/ ar e• .C'y . • _' #. a; E . . 'li ..•...••••••1:••1 - • .. • . • •%. 4 4ll',*C`��. - . •. • • "tlltttttt10 •• • • • • CALIPORNIA>A ;L=PURP4laOSE ACKNOWLEDGMENT CIVIL,.CODE§'1"189 . .;,,-'. .... -. -`. W - 'TT-7 =- :sir ,, ��. ,� - " ' A notary:public orother officer completing<this certificate verities only;the identity:of the:individual;who signed the - document to.wiiich-this certificate•is attached,and nottlie;truttifuiness,accuracy,er,validity of that docuthent. ' • • ' State;of.California' ' ... . County:Of .. . Orange 4- . . , . . . . . . . , ... . . . . . Ph . May 5:2025: ;,,-,-before"me -.:.- LeslieRocha,idotary Public:. Date- " ' ',:HereInsert Ware and Title;of�the Officer personally"appeared -Gorey R.:Kirschner. -. ... ..4],.. :. .. ... _ Name( of Signer($l) i' who proved to;rite;on-:the' basis.of satisfactory`-evidence-to be the person( whose name( is/aye' ' subscribed to the within instrument and,acknowledged to me that;he/Ore/they executed:the same in his/,ter/theirauthorized�capacity(ie ),,and:that byiiis/h rltbeirsignature( .on the instrument the person(s), . or the,entity upon'behalf of,which the persons)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. . . ' i . WITNESS:m : hand andofficiarseai. ' :y.- . 4:$4,1EOcjA °: ;; :iC�;y,P blic Ctifarnw. ;�' ( _, s :Tit;. - ,anspn, ii;aq.�s . Signature .,/ s"vfor- .'- it iva-t ,iozs Signature of'Notary'Public. . • ' ;Place Notary Seal Above: O. Though this section is optional,:completing this;infoimation can deter;alteration:,of the document or , fraudulent reattachment of th►s;form to an;unintended;document- : Description of Attached'document , ' Title.;or'Type of Document: . 'Document.:Date:.. Number. of Pages,., . . "Signer(s)`Other Than Named Above:, . Capacity(ie's)Ciaimed,by Signers) . " Signer's'Name: - - Signer's,Narne: o Corporate Officer._-Trtle(s):; 0 Corporate Officer—Titie(s):' .: .:..:' .0 Partner_ O'Lirriited 0 General . 0 Partner=- 0 Limited 0 General ,- d'Individual ;QAttomey in Fact 0Individual ,- '0Attorneyin Fact. `o Trustee- 0 Guardian or Conservator :CI Trustee 0 Guardian or:Conservator. ` Cl Other: i other: Signer le'Representing: ; Signer-IS Representing: - - ' g.. Kcx sc i c**,s-c ,.. z : i ,*tti,-, s c c g ,^ „.=,,,F.G� : ae; s' . • ' 0014 National Notary,Association-*64 NationaiNotary:org.1-800=US NOTARY(1-800-876=682,7) Item#59.07 . ; . . . . . . • . : . . . . . I. . • • . . .; , .. ' . . , . . ' . . . . . . . . , . .. . ... • •. . ., . c ALIFORNIA Al.,L-PLI12.0.088,AC OOW1.1-bdtiCsitNt .. . . •.' . ' • ,. . . . . . , . . . ' • . . . . , . • • . . . •. . .• .. „.• ..., -" :. - - , , . . . . A Notary Public or oilier of-tic:or:Od!ripleti qt.,;!irisfxrti 11atti verilm's'Oply.*ii1Oriiiiy',ot theiridii:;iduil %,1,1o.,gf,grie trl . . tlie-dberitrienito-Wliicif this:ceriiiic4o is,itriaclied.,anci'noLtheArrithfrilness,.'ocOrira4;.or:v.F4i(14.:OrtliadorimeriLs . .. • . . . • . . . , • . . . . , . . , . State of California • •7it . . . . . . :(ounty'of Orange „. . .1 . . . . . ,. . . . : • . . , .61 . , VAY, 05,1025 . .„ . ,before me, Christina RogerS„ . , Notary Public . . .. ., . . . •. per§onally!appeared. . ••„7..vatia!Hernandez • . . . . , ... who proved to me on Op.':hp$Is Of atisfactory evidence to be the,peithri(s)Whose natric(s),ilarc ;siiieribed to the •i• itliiii instrument and.acknoi•Oedged to,me lilac,heisheithey,,cxecuted the same . .ip his/her/their atithoriZed eapacitAies);-and that by siiiriatiire(s) On:th&:.iiitnipient ilio,fier$on(s),orihe'ent4itipowbchalrofWhiCh the..per,son( :) aeted, executed the instrument . . . . . , .. . . . „ . . . . . . • Tcerti6i under PENALT:'QP Pia.IHRY,under laws State-oftalifOrnitt that the foregoing . • i.,phragraph i5.truo,atid dortcpt.,, • • • . . . . . • . .ii _ ,,_ Cif-gfOrt4 Reqt-'4 , . • . ' • • :.7,,,. .-z-'. 144riPublic-Calikoria , ,.• ' . .. . . i:.-_, -'.•-,...: Ore..iip.Counpf ..- WITNESS mv.hapd.und official seal. • . - ' 1.::: Ay eptafFn:tipire's:Sep;..14„2027• . . . ..., . . . , . - . . . , .. : .. . . . . .. PN4e , ., S6NATUtE • . i • • " ' ( . . tikritigh..tli'iL.,.iriroiiiizitiOri'beiow k:,no!.Teiiiiiii.!by.iiim,',,ii triay'iitove'villittille to:IYarsdris:r6lAng on the document '.. I ' •. . . , . ..•. . ' ..'iritO,toill0pi-oent•fraudrilerit,reinovat and teautichineni Of(II is.fohiVto,ri pot her ilo'crinient.• . . .. . . , , :-. •-, . Descri-i4lo,n.oFattached.:oopunient . . . • • . . . . Title!or,type of dottinient:---„ , .• , . . . . . ... . , • . . . , . . : . . . . . . . .. . . .. . .. . ., .. .. . - . . . . . ... . . .. ,.,. . ,--,,,-. . .. . . . . . • • • • . . . . . • --,!,....„..,_• • . „ . . Document Dit,d . • . . . . Number. o. rPoue . .. , : -.. ,. •-'-•--......„.--.,-:-•...,„.:,,,,. ..,. . . . .. • , . ,. . . Si.gi-ter.(s),Qtli.ai--than Named Above: • . . .. . • . . , - ., . . . . . . , . . .._.. .. . - - ............._ ......„ „ j„...„.„— . , , „ — . . . .,., . . . . .. „. . . . . . . . .. • „ . . . . . . . . . . . , . • . . . . . • - . • . . . . . • . . • , . . . . . . . . . . . . . . , . . ,. . . . . . . . . . . , • . . .. . .. -" •. - - . . . - . . ,. . . . . .. .. . ... .. . . .. ,,.... . . .. ... , ...... .„. . . .. SWISS RE CORPORATE SOLUTIONS S\VtSS 1tE CORPORATE SOLUTIONS AM ERiCA INSURANCE CORPORATION i„SRCSPIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRC.'SPIC") WES'rtOR r INSURANCE CORPORA rU)N("\\IC') GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS.THAT SRCSPIC.'a corporation duly organized and existing under laws of the State of Missouri.and having its principal office in the City of Kansas City.Missouri,add SRCSPIC',-a eorpuratiun organized and existin_under the taxi:;of-the State of Missouri and having its principal office in the City orKtinstts City.Missouri.and WIC.organized mid the laws of the State ofMissouri,and having its principal office in the City of i tosas City.Missouri,cach.does hereby make,constitute and appoint: ERIK JOHANSSON,JENNIFER ANAVA,MELISSA LOPEZ,CHI.ISTINA ROGERS,ALliERT Mrs:LENDEZ MAR TIfA,tiARRERAS,JOAQUIN PEREZ,JONATilAN AMAIN.VANESSA'RAMiRI RAMIREZ,and L'YANYA IIERNANDE! JOINTLY OR SEVERALLY hs'true and lawful Attornev(s)-in-Pact,to make.execute,seal and deliver.lifrand on its behalf and as its act and'deed.bonds or outer writings obligatory in the nature ofa bond on beim!fof each ofsaid Companies,as surety.on contracts of suretyship as are or nuts he required-or permitted by law,regulation,contract or otherwise,provided that no hood or undertaking or cohirrci or suretyship excepted under this authority shall exceed the amount of TWO HUNDRED MILLION(S20U,tt00;O0VA)t)l DOLLARS This'Power of Attorney is untitled and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors'of both SRCSAIC aiui SRCSPIC at,meetings duly called and held on the I8tli of November 2021 and WICby written consent Of its C;xecutty e Committee dated July 18,20 11. `RESOLVED.that any two of the President,any Managing:Director.any Senior Vice President.any Vice President.the Secretary or ant'Assistant Secretary be,and each or any ot'theiu hereby°is,authorized to exee:ttte rt Pi>tver of Attorney qualifying the attorney named in the given Powerof Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of slimly.and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney attd to attach tltereint the seal'of the Corporation: an8 it is , i,URTtlER P ESOLVEl),that the signature of such officers and the e 1 of the Corporation may be affixed to any such Power 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 he binding tenon the.Corporatiowwhen so affixed th xed and in e future with regard-to ant bond,undertaking oreontrat:t of surety to which it is attached:* ,z_ r Pik Jannrni.Stniur Vi:e rtoldrof Of Sun;5,1IC'S.Senior Vier 17,J+1rnt ?gut+ 3, _ iSEAL ion -' :ems - ,4,,,CSP,,,,i,,,,,rt'tru re rttdcat ui WIC: p SEAL Y�S i SEAL =°'ak�/Fsv :c :' '3.Y,I!d, U4�`'yG;.: fi.• N� ig l!. .0°,,, k Ssn a ,�A w By . -a.M aft °r *,,,r ,45-* vp... umitsJ9_rno Ai,Vkt VrtsistrntorSRCSnC t Vice t'te t tent ofStCStI(' -;ta "r•••� A Ito rrtidsnt of V.IC IN WITNESS WHEREOF.SRCSAIC.SRCSPIC,and WIC hate caused their official seal;to be hereunto affixed,and these presents to be signed by their authorized officers this it) day uf NOVEMBERs 20 22 Swiss,tie Corporate Solutions America Insurance Corporation State of lilinots Swiss Re Corporate Solutions Premier Insurance Corporation Count;ofCouk E• Westport htsarance Corporation On this 10 day of NOVEMBER 20 22 ,belbre rue.a Notary Puhlie personally appeared Erik Jape,.ens,'Senior Vice Pteaidcnt or SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of\\'IC and f irratd Janowski.Vice President of SRCSAlc and Vice President of SPCSPIC and Vice President of WIC.personally known to tile,who being by roc duly atom,acknowle dged that they sinned the above Power of Attorney as officers.of and acknowledged,airliustrunrent to be the votutuary net and deed of their respective ct?mpanres. OFFICIAL:SEAL CHRISM NA MANISCO oloTARY mitUC,STATEOFMid »�Caratabstoi wYtt t2ath291. t:,r,-` rna.ui.44 1,Jeffrey Goldberg,the duly elected',Senior Vice President and Assistant Secretary ofSRCfSSA1Crand SRC;SPtC and WIC.do hereby certify that the ttboee and foregoing is a true and correct copy ofa Power of Attorney given by said SRCSAIC and SRCSPIC and WIC.which is still in full force attd effect. IN WITNESS WI IEREOF.I have set my hand and affixed the seal,of the Companies this 5th day of may ,20 25 Jeffrey Gc;tdbcrg.Senior Vice President Sr Assistant Secretary ol'SIZCSAIC and SRCSPIC and WIC ., , ,: - .,-,. 2'•,-, , „ '• .,,,iiiiiMi.-.-:' ... .. • , •. ..,. • , . .. :''1'.:', , .‘,..:,ifji,LiiIce.',1:::::: :••.:„ . ••, • • . • , .. : . • . tt'EVEikEtga, . . , . „ PROJECT NArt4E-f,tr.rYWIPAPHA{,.".r1i0..01 ,101kOiCet. Y. 1/2 ; Pik0iE0•004i0.2IPN.i-PITYWIPF‘,5tRE.P"IMPI.3.0/.0.4NTS . -- - APPROXIMATE CONSTRUCTION Ot8-#4 ,0-okt. 0.22 .....• , . • ..,,,•-•;c044P104:Ci)ivipAtifv.oi:.b.ANA POINI.';,,aS'282;it 616iN..t.A*EitkOWA.P6,iit.A.,9. 629:,.,... ,.•CONTACT PERSON scetr Fil4Eft.760'81:4'76: „ . . . . . ' -.::,.::fikt6iNAt:CONTieACtAl*OON*;;A0 ;9 00 00 ... ... .,.,..: . . .. - . ., ... .. . ... FINAL CONTRACT ANIOONtiO:;)1:040''. . . . . , --',:•, J.F..0N41-:-A.A1196'0",.IP110EOrt.:PitoiVi.0ftiOlkALAMOtik*LEA :60.44.11*:014.0-140-401,1g4.,•ciwk0Eo;.FgomstOeNfooke,' QUANJTIES '• AGAINST AN .,..:.015.1 :1£AGENCY FILE rdAinii , T YOU?No • . -•- •• . .. . . . . • ...... •..... ...,. •......_ ....,•.•... „. ........ ..... •.,.. .. " .. : -- .: :.• , .. , .,.. ,..... ,iiii0JEiiIiANIE:;2"2,24;ANNUALASPHALT- OVERLAY PROJECT .".•• ,- : , ... "• . .... • CONCRETE- ,.. ., .„ . .•. ...,„,„ ,. . • .. • •:. ,. .. . • . , - .. • • . . . . . . ......•.p.tiOltd,rpt$OptiONitrrgiktibigiiiiTII.OkOrkEN.,i; ,,'•:-•' : . ',. ::-.:-:., ••• -. '' . . .•••••. . ..•••.... • ,...,........ .•,•...: . .. . . . „ •• ,. .....,„, ..,,,., ., __,.. .. . .. ... ,.. .. .... .., ...., ., .. ...., , ...,.... .... , .. APPROXIMATE CONSTRUCTION 1*TP.t.r.SEP,:2p2-3.-,:NIAA.213Z4;„,:-. -. • •:.. ... AdiNt,‘t:0-.OisF.:EA,piAi;E•7,1;.34(400):TE.Al'iffipict; .P; 1yi,kt.E,1.0k 9.4.72, 4pN.080 PE.4sON::',64tick,W0ittki.,'714,16gt,546 " • -,. - ' .-., „ . ... : .., . — -.--.-,901pINAL.:!,c-ciiITRAttim.p04:17:.. 5.; sa,c1070.• - -- .. . • ."• ..-. ... •.• .. .." . .... -, .•.., ..„.,,..--., •• ... fINN•i;g9NIT.I.W.T.-'4MOVNTt.$ iP..90.0P •• .. .. . • ,. .. . 1 :.0iN''..Al.Aolioljatisci-foki14,0t.'00,41'0•01001.),L•05-,MPL1141-Tlig4t,:.:i.SPAI.O. OiSANO.E.OFOER,WOAX.P.Ort--.ACOITIONAL SCOPE • :OUTSIDE oyAbJE:ct LIMIT '':. ::,:-,:,,•:. .- -'-• • - ' ' • " .::' .-,••,.......,..::,-....,,,...:.--- -'... ,.' ..,....- -•.• :,.±.: -'.- :;:•:.-.:: , :,•• •• • " " --:-..':" -" -',.: ' . . .... ,.•• - --..= .., • ,' DID THE 04.,E":40/,0A1Ms'.AdAiNttVOi#‘40. , ., :';. •:- ''• : ' '• .., .: ..-.. „•• .. ---. • . . ' . ..,•. .,,,,,,:... . . : . PROjECT,NANItt';20i-i0iFi.AV.EMENT REEJAlfiLITATIO,R.PROjECT:' •••:' • . . . :. . • ......—„..„ .„.. ...• ....,_.... •.•....• . • .-.....,••••,• ,• • , .. . . ... . .. . _ ,__., •: . ':'pkaiterDEStRiPTIOWVAttibtig::PAVENItNtatidicalutATION.&coNckETEINIPkovEmENTs . .: :- ' •' , . ... „.,...„ „. . ... . - .- • APpRolinviatg.:cOrsth,iAuttiCoPici.ES':.Neti•4•62:-,,in-AikoN•loi3-. ••.",•••••--- ••• • -, •- : • '. ,,,,••:#000:0"c)71Y9FiRgOIA-24,6'W.114NTINGT.PN DR.illQpIA,-CA03:0.0.7- '':'•:•••''',•••:..,''' ..• .. . ..,.. ' . . ..„.. . . . ....• .• ,....r •,, ,.,.. .. .. •,... ..• ,,. .. .. ,,... ,. ,, •:-ONtAOTOtits'ON:::.(AN:riAtANkt.6144 ., : , :.: -- •, , - - •• .. . ".• ,...•-.- „.... •••. , .• . ' •._-•PRiqi0kl0N7ifiA0,*ti:40.0.41'i'. 1.:J.:It ciao,'.6.6-: . .. . . . . „,. ., . . ..•.• ...... . -. . -, . - ..: .„:.: •: ,.. ..:. :. .: . , . ..„.. ,._...„......,:.• ,.... ., ... ., :. - . - - ... ONALCONTRACTANIOONTg890;pg';72:. -• - • !F;:fINAL,AMouNTii -.01FEqi.isir.000'01tIONAL-A110040t,.:.*Akt*-AkiiAN6. -pliDgkwol*:f.FoR ADDITIONAL SCOPE ' .,•-: OUTSIDE OF PROJECT LIMITS '.... ..- ' -.2 DID ttlgAP.E....140.'045.*NY.C:..0m$4.i6048.thili4tr.: . - ' ..•, -,'.' ..:.:: '''.- ,:;-.', -.../•-• ..-1-:•-• '• . • ... . .. -: .• - .. ••..,.,::••.• , ,•h• ,--, ; . ONYx-pAVINO.Cor,V40ANY: itic...,'•::... • . ,,,- . ,... .:...: •, ,„ . •,I•5,2840(AsTiki:CRtsfrtik,AVANAN010-,,-(As 9: 3p6:.4t04(7.):4)-.032 g0100:--.:-F*N-Pi i 14: 42 i.M83: . ... :. . ... . . ..., ... .. . ..... .,....„,. .... , . , ,.,... .:., .. . . . . „ .,. ... .. •.,...,...,,.....• , ,.. , . ,. .,. .. • • :PROJECT:NAM:::21-2;2 PAVEMIENT:REHpBIUTATION::PROJEG(`'. :. .: PROJ• ECT• DESCRIPTION:CITYWIDE STREETIMPROVE• ME•NIS APPROXIMATE:CONSTRUCTION,DATES.r NOV 2022-;MAY.:202Si,'. ., • . AGENCY CITY OF TEMPLE',CITY=`9701•E LAS TUNAS:DR,TEMPLE:CITY CA 9178tt, CONTACT ALt:CAYIR1714=883=8677 O ICYINAL'CONTRACTAMOUNT: $3 727,000 • • •.FINALCONTRACTAMOUNT;$4,03A-000• . IF EINAI_AIGIOUNI.IS:;DIFFERENT FROM ORIGIN ALAMOUNT,PLEASE EXPLAINsCHANGE,ORDER WORK-FORrADQITI,ONAL`SCOPE: OUTSIDE OF PROJECT Ll1Q1ITS: DIR T,HE"AGENCY`FILE:ANY CLAIMS;A•GAINST YOU?,NO; . ; :. • ;PROJECT NAME;,23-24SLURRY•SEAL•ATVARIOUS,LOCATIONS;,: • PROJECT' &'SLURRY ::APPROXIMATE CONSTRUCTION DATES;JAN 2024:=,APRIL 2024; NAGENCY:.CITY;OF NlONTEREY PARK;-32t),.WEST,NEWMARK;AVEMONTEREY PARK;CA:9J75,4 CONTACTPERSON::ZIAD'MAZBOUDI 626-532-201$ ORIGINAL;CONTRACT;tAMOUNT .$1f400 000. ,- . FINAL,CONTRACT AMOUNT:$1;269 OQ0: .,..., .:... . .„ JF FINALAMOUNT.IS DIFFERENT`FROM ORIGINALAMI3IJNT;;RLEASE EXPLAIN;:ACTUAL'BID QUATITIESLESST`HAN ORIGINAL BID SCUANTITY DID;THE5AGE1 CY4ILE•ANY'CLAIMS AGAINST>YOU?NO. • PROJECT NAME 22=23;SB1.PAVEMENT REHABILITATION PROJECT.:. PROJECTDESCRIP1ION..VARIOUS;STREET FULLDEPTHYRECONSTRLUCTION`. " . • APPROXIMATE CONSTRUCTION DATESi1AN,2024-.MAY2024` AGEN Ys CITY:OF HEMET=:445 E FL"ORIDA.AVENUE HEMi T,`CA':92543 - • ORIGINAL CONTRACT:AMOUNT:$2,020,000. , FINAL CONTRACT AMOUNTi$2,528,000 • ;IFFINAL-AMOUNTJS-D►FFERENT•FROM;;ORIGINAI AMOUNT PLEASE EXPLAIN ;CHANGEORDER=WORKFORADDITIONALSCOPE. • OUTSIDEOF PROJECT LIMITS D0;'THE AGENCY FILE-ANY:CiAIMS AGAINST YOU?`NQ ; • ONYX PAVING COMPANY,INC. 2890 EAS1 I A;CRESTA`AVE:ANAHEIN1",:CA 92806--:TEL.(714)632-6599-FAX,(714)632=18$3 ry1 • .PROJECT,NAME P1ARKS, IVIC,CENTER:&;SFIERRIFSTATION;+PARKING LOT REHABILITATION '•,' PROJECT DESCRIPTION:ASPHALT REMOV,AL::&:'REPLACEMENT : ' APPROXIMATE?'CONST,.RUCTION',DA ES 1 EI3 2024.;<.MAiY 2024 , :..AGENCY?,CiTY,•OEFLAWNDALE-=14717.,BURJN•AVE,LAW (DALE;CAA90260 :.CQNTACTPERSON:'-NICK PETREVSK1310-973=3265: ORIGINAL`CONTRACTAMOUNT;4,$.*A G. 'FINAL CONTRACT AMOUNT?$601;OD,0'_ ' , IF FINAL AMOUNT IS`PIFFERENT FROM ORIGINAL AMOUNT,;PLEASE,EXPLA,I.`NrCHANGE ORDER'WORK FOR ADDITIONAL:SCOPE`; OUTSIDE'OF:PROJ EGT:LIMITS'. DID.THErAGE1 CYFFILEANYCLAIMSA+GAINSTYOU?.NO . PROJECT NANIEe-RESID,E NTI,4LSTREET;PAVEMENT REHABILITATIQN:PROJECT,.AREA;$, ,:..,..,..,. , . :STR 03::PS .ROVEMENTS` PROJ.ECC'DESCRtP fIOPI APPROXIMATE,CONSTRUCTION DATES;JULY 2022-',OCT 2022. AGENCY:CITY OF;DQWNEY 11111 B,RODKSli1RE'RVI;DOWNE.Y.:r CA:9024]is':.:' .; ONTACT PERSON:;I RIANAL"ENAN;562,904.-7110' ORIGINAL CONTRACT;AMOUNT<$3 227f000:00.•: • ::FINAL:CONTRACT AMOa%\i7.3,553;4..42;43-. - :.•'IF FINAL:AMOUNT,IS'DIFFERENT,..FROM ORIGINAL•AMOUNT,PLEASE EXPLAIN FIELD:;QUANTITIES,DIFFERED;;FROM:BID:SCHEDULE ,:QUANTITIES: • . DID,7HEA‘ GENCY'FILEANY.CLAIMSAGAINST:YOU?.NO • ON.VX PAVING COMPANY,.,INC.,." 2$90 EASTLAC' ; R ESTA AVE;ANAH EIM,;CA 92806-:TEL,e(:714);6 32-669,9. °FAX=(7.,14 j.632=1$83`. • LARGE PROJECT REFERENCES:., PROJECT NAME CULVERDRIVE'IMPROVEMENTS FRO..M WALNUTAVENUETO i-S FREEWAY PROJECT DESCRIPTIONi STREET:IMMPROVEMENTS'; : ' APPROXIMATE:CONSTRU.•Cft.ON`DATE5:SEPT2022;:-J ,N�2023• ' . .. • • A i,. .,.;010ULTING COMPANY:.dry,0 sIRVINE=`5427 0AKxCANYON,IRV,INE:CA 92628 ` 'CONTACT:PERSON:,FARHAD BOLOURCHI94724=6689 ;.:,OItIGINAL.CONTRACT:'AMOUNTs$1;677,000:90' ' . FINAL-CONTRACT AMOUNT:$1.1,7.04,3o8 59_ -" .. :.. ' .. .. '• IF FINAL AMOUNTIS.,DIFFERENT:FROM.ORIGINALAMOUNT,PLEASE EXPLAINt`MELD;.QUANTITIES DIFFERED;FROM.81D,SCHEDULE:- QUANTITIES . ''DID THE'AGENCY FILE ANYCLAIMS AGAINST'YOU?,NO ' PROJEC1`'.NAME:'PHASING.6A=RESIDENTiAL•STREETREHAB,IL'ITATION;'.: - P.ROJECT DESCRIPTION:STREET IMPROVEI1t1.ENTS. APPROXIMATE:CONSTRUCTIONDATESi' ; ;CONSUJLTING:COMPAN1l:CITY'OF LA MiRADA-;15515.PHOEBE::AVE,LA MIRADA,;CA,906i.38;:. CONTACTPERSON.ERIC:VII LAGRACIA"562,902=2373•'::. . ORIGINAL:CONTRACT A ft4OU NT::;$4;242;000;00 . FINAL.CONTRACTAMOUNT $4 524;;646:67,'' - IF FINAL AMOUNTIS-DIFFERENT FROM ORIGINAL AMOUNT";PI EASE:EXPLAIN:;SCOPES;!Of WORK'CHANGED-BY AGENCY A DID THE AGENCY FILE�AI�Y CLAIMS AGAINST YOU?ND.., . PROJEGTNAME• ; ROGHESTER.AVENLIEPAVEMENTREHABILITATION .` ':PROJECT:DESCRIPTIONl:STREET IMPROVEMENTS' • APPROXIMATE;CONSTRUCTION;DATES:,MARCH 2022'-AUG:2022' • �: " .;AGENCY:;CITY°.OF:RANCHO:CUCAMONGA'-.`10500 CIVIC CENTER:DRIVE;RANCH;CUCAMONGA'CA.91730._• ' :: :;CONTACT PERSON;ROMEO.;DAVID:909=774-4070 • • , " -:>ORIGJNAL:CONTRACTAMOUNT�,$1;727,00.0:00, , >'" • • .. . • ' .. -- FINAL CONTRACT AMOUNT;:$1714,75,375 . IF:FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT;:PLEASE",EXPLAIN;;FIELD.;QUANTITIES"DIFFERED FROMCBID SCHEDULE' ; QUANTITIES '.:DID.THEAGENCY'FILE,ANY'CLAIMS:AGAINS.TYOU?NO' ' . ONYX PAVING:COMPANNY ING:..' `. H., ; 289(1EAST;LA'CRESTA:>AVE4ANAHEIM,CA;92806- :TEL:(714f:632=6.69 :-E) ((714),532:-1E83'..' ; ,REFERENCES GENERAL CONTRACTORS:: :; ' ' LOCATION . , ,,._... „. ;.,,: • AMOUNT American,As;"hal it:.,,.,..,I ..,.. p t<SautH,Inc,:; ;:Ea"stVaie:.': :. :$3654)00:. '2990:Myers St:,, . '-Ventura<. $37,QOQ.,- . Riverside,CA 92503 ' „ , Ontario. ;$59.5 000_ ;Ph:509-427-8276 'PalosVerdes;istates. '',$;174,000.:- °Contact:'Tim:Griffin Santa::Clarita' < $484,000: ;.. • ;Ro'`,A1140 10i'y*eai' . w:;La IViirada: • 1'2 43 Emni .. 6 ens:Wa ;. , - AVlctoru Ite�' ;3" y � ; t Santa:Fe r., s :c 70, , . 0.. - , , . -,',� ;z•" S iri A�90:6 ':L:a Palma:: 107.000' Pli 'S562 8,64- 263 ;S an Clemente„ '- -�",•• 4. . �a ��43 t)t).: .Contact:;:Lawrence�Allan# `."Buena.?ark. • F Via.iK:. ' � . '<!�''r,!.::;= :3.�r .,,G�<•�. '',`?,':, ,_ S KASA:'Construction . . min•Westster' - - $502,80U ' 15148'S..ierra:Boriita;:Ln; EI Monte • . • :$233,000' Chiino,CA 91710. Ph;'909-457-8260:: ' ;Contact:;Sam t<asbar. ..:..... Alabbasi;`Canstruction4&:. M.enifee' $51,000 - ._. ' : - :Engineering: Coachella." , ,,:$45;000: ` " ' 3.640N:;•`Rama a`E.itpressviray;;Suitot Perris' Perris,:CAA',92;571" • ,: . Pli '951=7:76-9 .00' .. ; _ Contact:':Han 5ohr1 . . , Y ANY✓ING,: .: }(;PAVING G�? , '" •2890.EAST;LA CRESTAtAV,E,ANAHEiM;,CA•92806>:-'TEL3(714)632;6699;--:FAX-(71'41•.0-:T883 fit- Pavement:C©atings Company Los Angeles;,County; $177,235 Manhattan;Beac# • - 10240;Sar1 Sevarne Way $11S,Q00 Jurupa•Vatiey,.CA•9 1752'- "' Upland $48;000 • Ph 9S] 934-4 .63 ...; • `Byrom,Davey East Los-'Angeles $344;000; _ , 1232•Monte Vista.Ave;:``Suite:S Los Angeles' " $333,000;, °Upland,.Ca'91786=' .. Anaheim $30;000 00;$5$=513=7199 Contact:Jul o'E3iai:. " " • • 'u ! w , ONYX PAviN :caMPal�v;INC: ;;2890•EAST':LA'CFtESTA AVEj/ANAHEIM;;CA;92$06-TEL.,(714)637, 699;-FAX(7.4)632=1$83 • • • ASPHALT.:RU:BBER.HOT`MIX-REFERENCES: GENERAL CONTRACTORS: • . JOBS`PERFORMEDc LOCATIONS" •..• ANIOUNT:i > ENGINEERI.NG,INC:: Katetla;Ave::St Improv: . Los Alarriitos 120,000 0O: 1:401 Warner Ave,.Ste:B'.: :.,•. Various"Projects T• ustin,f A 9,2780 • Ph:.714=247.• -1040, • Fx:.7:14-247=1 1 . Contact:>�ennac]y:'Cliizik • • . . R D OLSON CONSTRUCIT.QN :INC. '.. Lido House:Hotel Newman Beach 193;105:00. . 2955.Main`Street;3`d Floor: - - twine CA 92614>. Ph:949=474-2001 Fx:949-474=1534. • . .Contact-Jeremy Dunn • • IF YOU`HA:VEANY QU65TIONS;PLEASE FEEL FREE'TO CONTACT COREY;KIRSCHNER AT 714-632;5699.OR_MA-;EMAIL;. :A'TBID•S a@,O•NYXPAVING:CON.. AN- ON NG:YX-PAVI COMP. Y,INC: , 2890 EASTtA „ „ , • ...”" ". `" "'. ' • , . „ . „ ,. , • • . .• • , „ . . . CREDIT REFERENCES litiFERENtES • ONV*0•AVAI:OrCOMPO...?,:thid um;tik.§289 "i PHONE 714-632-6699 • „ . •• • FAX 714-632-1883 •• TYPFPFINPRK:':,AsfiiKILTAYM• „cPiltgAc17Q3 .•141..,q,i#OP039-A. • • . • :• • ... •• •• CFO 1.0.011k0 DEVOS ..-*0-,(;-LA(tit$7:4,0t.,•A7041K CA 92806 0,ARK::•04,9ip*w clii(AGp;IL 6906..-: - • .'cl7141$11.4.07 !-EP404:9:746,4:,;pcp;:0, •• • • . • -• • • iiittlkAhtb...A6b\i‘t-,,,WboTry.:0.T.Mpthii&BOdART, 1..$401:•:k.E1-ifilLLAY:E-;•STE 100,tljT-1:iSi60k.-,:97:go. • • • • " • „ ' SUREtYAGENT.i:li.ERkji*ANCEIONDING.,8611ETTINSIWANCg BROKERAGE • 9278015901 RED HLL AVE SUITE 100,TUSTflI,CA , • . • • '"714450,5-701.1.: CREDIT REFERENCES MATICH CORPORATION • . , •,. • , . •TtObwir;..0%, • 'TWILEYgM'Atitlit-ORRCOM: .:91)9;382-7.740Q. DOWNEY CAM1!1!ArYI • • :• . _ AVILA-RAMOS ." .•:, • "AittivA6tCSOkti.tbilfEttaivi. • • . •••• •• HOLLIDAY ROCK CO,INC • :1.401.-.14;;BENSQN AVE,UPLAND,CA 91786 '..).71/113.EFi f4USSJER ALUSItRO.HOLLIDAY:liti.dK;CbIVE - : 901§8245$3:Kn.:1007:... . , ••. " ' ..• GENERAL otni-eRAercik REFERENCES:„ • :. . . . • . 0‘00YE4 ONTARIO,CA 91761 CASEY JONES .909!+0479467, • . -1-3Y-ftbt$:/r4D*EVINC, • ' : 13220 EVENING CREEK SOUTH#1'.I03•,• STEVE PikVEY: 858,513-7.199 PACIFICcON.ST,,GROPP ::E.: .:,13895f..$1%.PARKIi.i'-!!IYME,:CA.2 ,614; ERICKSON HALL CONST CO • . 500 CORPORATE DR. , . . . • . : „.: „: . • . . . „.• . . . •• '" • • . .:.• .• .,. . ,.„. • , . , . . , . • „ . • " ". . . . . „ „ ••• . , • . • , . . , . ,: .• . .„ , • •.• , . .:. • •• .. •. , . . . , „ • RESUME Corey;Kirschnerhas over;20 years;of:experience bath as:an'estimator and.CEO Corey,is an experienced • ::estimator,and leac(a:majority.of thoseayears�beingthe Chief Estimator before becoming CEO and president of Onyx `Paving:Company,Eric.'Over,the:short period`of"time here::at:Onyx Paving,Corey has completed over°3Q00 paving rojects . _..... e p.,a. .. ;allowing thecompany to grass over 5Q:iriiiliori;di5ila"rs in the previous year. Jay".Kirschner,::Senior Project`Manager,holds.a Bachelor's.D:egree'from,Chapman Un`ivers ty:and has 7 yearsof. ,experience iibhOlOingthefrnainteriance supervisor arictleac,l7estimator position for Onyx'Paving:Fie leads'our team,with the project managers;under."his:di"rect super,vision;;in managing:our^productions and:coordinating our;field:mobilizations., :for all.projects. Tyler Henry,Field;Superintendent,serves as the;core•.of'all;field;:related matfers.;H,e:has over,20.years ofpavmg experience performing:,jobs`.that stretches from:Sari Diego County to Ventura County:;Tyler.;has;been with`Onyx;in Completing,all"ofouj Public Works=projects;Overseeing the.on,=site laborers,°cement masons,and"operating engineers is;, of"his,many responsibilities; BACKLOG ALLOCATION:: Corey"Ki.rschner:,Jay Kirschner`and Tyler_Henrv,oversee;100%of all'eurrent project in attached,bagq0g,: • ONYX PAVING COMPANY,INC. 2890 EAST:.CA:CRESTAAVE;ANAHEIM,.CA 92806—TEL(714).`6326699=:FAX.(714)'632=1883 Sx ,yrF • CEO/President, • c S 3 fir{ "L���,'._-�:.,..�',t5ee�3.,•.a `: aF�f Eieid ySenior Project;Manager 'b `5uperintendent aCeX.individual Responsibilities: 'Corey Kirschner: 'Manage overall',o`perations:a;nd resources of company Decision maker of corporation Jackson Hulse Lead project;management::team with organization Overseeing overal(project-scheduling,budgeting,and'dispatching,on alt projects Main point of;communications between company and!agencies •T'ler:HenrV" :lead andmanage on-site:labors.and operator5 Coordinate:_daily`operations:and.project production Ensuring project quality expectations are:mat' • ONYX PAVING COMPANY,I;NC: 2890;EAST,LA,CRESTA:AVE;ANAHEIM;;.CAa92.8o6—TEL.(71.4)`,632,=6699=FAX(714)632-1883: • • • I! S. T.A• TE 0 .F. Z 1 I_ I !✓ D 9 'A1. l l II il : :-•; •': i CONTRACTORS- STATE LICENSE BOARD '„ i# Puieuont to Chapierif of Division 3 of theltusino s and Profession::Code 1• and the Ides and Regolafions also Corrtraobora•SfeteYlioenon;Beard; I? the Regieharof Contreetere doe&hoteby bow this iic o to: 'i it • 1 s . I 1• i i License Nu - 1. to engage in the business crack in the of a•oonbactor in•titefilowbig dass'dtr � A.GENERAL•ENGINEERINci•CONTR'ACi-OR ' C12-EAHi13WORKANDVAKJNQ I I i I - Y8srny hind&dseai INS lay. l daraiaryt-g 2019 I �` ______ Issued Qctp( 9,1991 -g-tgq--.. - . .....6" ?"1..- . ii 1 Msrfo RicTtaedson,Board Chair Miasma laltiopteportyofteResigeoraFecohassanr. David R.ANA Roof Cortrataans 1 is sates be•tab aeritotba itifetrar. • CONTRAACTORS; '. :STATE LICENSE BOARD. JGT}VE t ECENSE' . 3 3fO Coax . L.ew.W.6ar' .Enai'' • . ..:.. .:ONYX,PA:VING COMPANY INC, • • ' ' • &:erks,p,a:1 Oi31/2Oi... wwwN,CSti}ca ooV.-;; . v roam eGPR Public Search Log in Public Works;Support -Contractors'". Prajects Register . Yom :' ;)' con;, rac$or. . > ONYX.PAVING,COMPANY,INC ONYX PAVING COMPANY, INC. Contractor Contractor.busness:email ' d avi dw@onyxpavi ng.com :Contractor eation°:eff;date. 2024-07=01. •Contractor firstyname David ,Contractor:mailing city ANAHEIM` • • Contractor iriailing'•state ,. CA I' Contractor mailing"zip: • • .. ,92806 Confr"actor physical:city . .ANAHEIM ' - . . - . Contractor h sical'state:. physical ' CA . . :Contractor physical;zip . I • 9280b. i . Contractor Certify date: • -2023-06,-22 - ` , ..'Contractor company'type - Corporation. . . . 'Contractor.craft•legacy . Cement'Masorf';,-Operatin;g';Engineer [_above : f. • Contractor:craft;,snow.,. - :Contracto.r'c ation.exp-:dat I e . J Contra:ctor:datedeactivated .. I: ;Contractor dkia name; Contractor entity number 630360 Contractor ID 1000004798 Contractor last name Wiltfong Contractor mailing address2 Contractor physical addressl 2890 E. LACRESTAAVENUE Contractor physical address2 Contractor source SNOW Contractor wc cert date 2022-10-01 Contractor wc exp date 2023-10-12 Contractor wc policy number WC106300504 Contractor wc selection Insured by carrier Contractor legal entity name . 1 'ONYX PAVING COMPANY,INC. j ontractor"mailing:addressl.. 1 [ 2890E,'LA CRESTA AVENOE :Contra.ctor wc-carrier: Zurich American Insurance Compamy: Checked; a i • k eCPR• Public,5earch" • o ' :David_Wiltfong," P.ublic:Works Support :- Logou`t: . 1 `Contractor5i • Projects: Services • .. Your information" _ ." i .........:. TRANSACT0003992 . .. Transaction Record: Fir:st;Nm.e David .. Last Name , iNil#fong ... .. , „PaymentAmount ... . ': Payment Period' - 1 Registration Valid°:pate;... t6244 ii User Account;Ema 1, f :davidw@ony;Xpaving.corri;- Confjrmation,Number:., 2447179144051.3 `*Status; - • Successful ff if • ".Number . . z: TRAi15ACTg003"992: • Payment"URL,: ,11 ' hls:htr.e. • Is this:registration'0 renewal of;aneexistirig;registr Lion i . . Yes-:: I- ... ....., . • • • • • • ONYX PAVING COMPANY INC LICENSE#630360 DIR#1000004798 - UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF ONYX PAVING COMPANY,INC, (a California corporation) August 20'h,2024 The undersigned director,constituting the entire board of directors(the'Board")of Onyx Paving Company,Inc.,a California corporation(the"Corporation"),hereby takes the following actions,adopts the following resolutions,and transacts the:following business,by written consent without a meeting,as of the date above written, pursuant..to Section 307(b)of theGeneral Corporation Law ofthe•State of California and the Corporations Bylaws: Approval of Loan Transactions WHEREAS,Corey Kirschner is currently the Corporation's Chief Executive Officer and Jay Kirschner is the Vice President,Secretary and Treasurer'(the'Officers"),both with authority to enter into contracts on behalf of the Corporation. WHEREAS,the Corporation opportunities from time to time to bid on various governmental and non-governmental projects; WHEREAS,after careful consideration,the Board has determined that the terms and conditions of the:proposed project in the form of the bid attached hereto as Exhibit A(the"Project")are just and equitable and fair as to the Corporation and that it is in the best interests of the Corporation and its stockholder to submit the bid and complete the Project subject to the-terms agreed upon by the parties. NOW,THEREFORE,BE IT RESOLVED the Board on behalf of the Corporation hereby approves and ratifies the Project in all respects,and hereby authorize and direct the Corporation to negotiate, execute,deliver and perform the terms plan documents;required in connection with'title Project, together with such changes thereto as may be approved by'the Officer executing the same on behalf of the Corporation(pursuant to the authorization provided herein),such approval of the Officer to be conclusively evidenced by its execution and delivery of same. RESOLVED FURTHER,that the Officer may execute and deliver any and all agreements and any and all other documents and instruments,:and take such further actions as may be'necessary or appropriate,for the financing.of the Corporation. 01 2890 E.La Cresta Ave.,Anaheim,CA 92806 0 714-632-6699 0 • rrWr�rrir�rc '. • ti : RESOLVED FURTHER,'that the Officer(s)are hereby::authorized;,directed,arid,empowered,fry.", execute and,deliver any;:and all agreements and any and all;other documents and'instruments,and take:" 'such.further actions;as maybe:necessary or appropriate;for the:co nsummation,of the Project. RESOLVED:FURTHER,that the_Officer,:in.the name of the Corporation,Is hereby authorized,. directed,and.empowered.to negotiate,execute;and deliver to the applicable counterpart*, and all document-s"with respect;to:the Project and otheriristruments"as`maybe reasonably requested, and:the:Officer on behalf of,the Corporation is,authorizedFfroiii'time to time ta'•execute:exterisions.or, other-installments:as'maybe necessary:' , , ESOLVEC FURTHER,_thatthe:authority given hereunder,shall_be deemed.retroactive:and any and:ali acts.authorizedrhereurtdr,performed prior"to the passage,'of this.resolution,are"hereby ratified, and affirmed: The Secretary of.:the Corporation is:directed to:file the original:executed copy,ofthiis�Conserit. with the:minutes of,proceed►ngs of;the';Corporation:; [Signature.page follows]• ' 2394 E.i a'Cresta Ave,.Anaheiir,CA 92806,*714•632,6699* ,s - - NG CCOMPANY INC . • ' . , . ., ..:. ,.. pb11i?(:PAttt. •_`:: _UCEI4SE#631366D1R#>l00000 79a '. 1,.� .- ,. .. .. .; - `, 'IN WITNESS HEREUI;tthe undersigned has ehect!ed,this`t1n'anirriaus l+ ritten Consent'of the . BoardoTDirecto :as:v the ategfirs(above.written. , . c er Apr' ' rsctiner• , „ , Chief as cuctve a it' , „ • Ptesierit • Richard D`eVos Chief Finantiat•Ot6cei- ', • • )ak'iGrs' n "r dice 0 e, Brit Satreaiy,<Trebsure"e' :,'' ^ „ 2 nOnr-Ca C[esta;Ave.,Anahetrit,CA 92806 iiii,714.832 6599'.1 ':EQUAL.E•M L Y 1 tT TOP CV • - .. Thee bh1pany is corvimitted.:to:pro idirtg`equal'empioyrierit Onnortunitias t+a.-6ti;Employaa 'and applicants without regard;to;race (including traits historically associated with.race, such as;:hair'texture-and'protective. .- hairstyles};religion., rr,r-eligious creed (inctudiri religious dress,;or grooming;:practices}t,color;sex (including, pregnanyc childbirth breastfeeding,or re)ated:rnedicai£con ditioni,genetic information gender,gender`identity and gender expres'siori,;sexual,orientation, transgender status;traan stat4,:i sttionrng ational origin,ancestry; •citizenship-status, uniform service'ieriiber statue;;military and veteran status, marital:'status;.age, protected i medical cond tioni.'pihyic4.or;mental disability,,,'holding°;or presenting•:a driver' ;;licene,issued onder'Cal.; Vehicle Code,Section,'12'89.1,.9,or any other protected status in accordance;with all appiicabte'federal,'state; -.and Iocal laws ,: . . .Coitipany-;pgijicy also:prohibits:unlaWful discrimination based.cn the perception that..anyone has any.of.the ;above:characteristics,'or isassociated with a person,who,:has or;rs perceived as;having any-;ot the above. characteristics Discrimination caii'also;inat-ud 'failing to .raso enably'accprrrrnodaite religious dress and:: ."grooming practices;aor:indivrdigais,with;mental:or Ostyak:at disabiiities•v here the accomr odation':does;not pose ' 4n urdue,-•hardship,. ., This'Policy;,extends to ati .aspects;of the Company's:; n ployment.practices,-,includinc, tint.n ti:limited to .. "recruiting,hiring,firing;promoting,transferring;:compensation b' ane#its,•trainrr t'g,(feaves of absence,antl oher:t :. . terms•arid;.conditions Qf employment,,as well;as providing wages,at.the same rate for;rne sex'as those of the.,- . opposite sex, and at tee;'same•rate far arty race/ethnicity as another racelsthnicity,vita perforrii.sut staniially siiriilar;wv,'ork_(co' nsis'tiiig o€:siri''riiar-skill 'effort,and'responsihility);undersiiinilar,working,condittOria.: .:� '..: ....- � is ..:. ..::::%:� .. .. ., .. ... S f 3i C:,"orritirii)9, ialga arnmit1ed:to 40mitplOic sMtii the lewd ro ttn-g t trsli#ied.iri;iiv dluals•wsthtdisebiliii . Tile•. t 0..0 a ly ll provid :a reasono e aroonina%cioaiort ar riy Iwo; ,ph ysi l or-'riiari�t l>dls sbltiiy of a-gr,otifled :tiidivi+ uot'4 ihh e;di lit to the extent requuii' i,by tIy{;:provid .t;the raAnosts c mot tidn des; of cre s '. >en uridfiis h rdshi"p;for tile:Qompany 0.dli i.dads not t o.e a direct threat;to rrf °h tlt r.'safety of others iri;tt e • . t . v,cii pfa ;sit r`:to:the ihdividttal,: :;ff 6.Ot.iplo ee.r0.514 s.: :i accommorlatiiit±i':#+o'perforni'.the•asssneiali. • . . t`ur`ictiatis of thi l p i #1ie`Eniployee roust rind#';'Human r~sritii` :pot tie t,ompa0iWoate,pf the,need' .far-ap accekAiii atte r)ie. om ai ye:°ol,hetigago,in art;nt icli e>prors;ss, adi nttfy pos;yrtl acc mnzodtitions,:, that will enable theEtnpaoyee to perform the es.sential,fu, nctions of the.:job . Employees;with;questions-:or.:concerrrs:about liscrimination in tote workplace's#joukl bring these issues.to the" `attention of Human Resources or any member cif management 'Employees?care raise concerns;.report probm les„or make complaints withoutfear of retaliation: Anyone found to be engaging in any type Of unlawful . :discrim b ination will e;subjectto di"s„'ciplinaryaction,up';to and;including separation of employment ON`t}('pAVING;GfliVIPANY,:INC; .. „. . . • . ... . . - . , . :. . . . .: .. ., , • P. ' • . . . •, . .. .... .. ;CORE f R. KIRSCHNER'. - . . . ;GEQ�,:PR;ES,VP,SEC,TftEA;. � , • ;. t 5 t .. Request for Taxpayer Give Form to the Form 9(Beer.October 20i8) identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service ►Go to www.f agov/FormW9 for instructions and the latest Information. 1 Name(as shown on your Income tax return).Name is required on this fine;do not leave this line blank. ONYX PAVING COMPANY, INC. 2 Business nand/disregarded entity name,If different from above , 3 Check appropriate box for federal tax demon of the person whose name is entered on line 1.Check only one of the 4 Exemptions(codes apply only to following seven boxes. certainentities,not Individuals;see Instructions on page 6 0 Individual/saki proprietor or 0 C Corporation ®S Corporation 0 Pertnarahtp 0 Trust/estate single-memberLLC Exempt payee (d any) 0 Umlted liability company.Enter the tax classification(C=C corporation,SaS corporation.P.Partnerahlp) b Note:Check the.approprfate batch)the fine above for the tax:ctasslficatlon of the•single-member owner. Do not check Exemption from FATCA reporting U.0 if the/LC Is daseifkrd as a singtelnainber LLC that Is disregarded from the owner unless the owner of the LLC Is• another LLO thatis not disregarded from the owner for U.S.federal,tex purposes.Otherwise,a single-member LLC that °of Is disregarded from the owner should check the appropriate box for the tax classification of Its owner. ❑ Other(see Instructions)). &pertoarca.=aarY,raa•d Mika.the U.SJ 5 Address(number,street,and apt.or suite no)Sea instructions. Req ester's name and address(optional) - r 2890 E.LA CRESTA AVE. : 0 Clty,elate,and ZIP code ANAHEIM,CA.92806 7 List account number(e)here(optional) Part I Taxpayer IdentifIcation.Number(TIN) .. Enter.your TIN In the appropriate box.The TIN.provided must•match the name given on line 1 to avoid I Sochi security number. I backup withholding.For Individuals,this is generally your uoclal`secUritynumber(SSN).However,for a residertt•allen,sde proprietor,or disregarded'ent*y,see the Instnictions for Part I,later.For other — — entitles,file your employer Identification number(EIN).if you do not have a number,see How to get a 71N,deter. or Note:B the account is In more than one name,see the instructions for line 1.Also see What Name and n limber Number To Give the Requester for guidelines on whose number to enter. 3 3 — 0 3 9 4 3 4 4 Porn'i • Certification • Under Penalties of perjury,I certify that 1.The number shown on this form Is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that 1 am no!anger subject to backup withholding;and 3.1 am a U.S.citizen or other U.S.person.(deflned below);and 4.The FATCA code(s)entered on this form(if any)Indicating that.1,am exempt from FATCA reporting Is correct. Certificating Instructions.You must cross out item 2 above if you have been notified by the Ill that you are currently subject to backup withholding because you have.fafed to report all interest and dividends on your tax return.For real estate transactions,Item 2 does not.appy.For mortgage interest paid, acquisition or ebandortiimnt of secured property,cancellation of debt,contributions to en individual retirement arrangement(IRA),and generally,payments other than Interest and dividends,you am not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,tater. Sign sigd ,a of Here u.s,Person i&./01 Date if. 03/27/2024 General instructions •Form 1099-DN(dividends,Including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise •Form 1099-MISC(various types of income,prima,awards,or gross noted. proceeds) Future developments.For the latest information about developments •Form 1099-B(stook or mutual fund sales and certain other related to Foam W-9 and Its Instructions,such as legislation enacted transactions by brokers) • after they were published,go to www.Ls.gov/FonnW9. .Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1089•K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who Is required to tie an •Form 1098(home mortgage Interest),1098-E(student loan Interest), Information return with the IRS mist obtain your correct taxpayer 1098-T(tuition) Identification number(RN)which may be your social security number •Form 1099-C(canceled debt) (SSN);Individual taxpayer identification number(FIN),adoption taxpayer Identification number(AT1N) or employer identification number •Fe 1099-A(acquisition or abandonment of secured property) (EiN),to report on an Information returnFenn the amount paid to you,or other Use Form W-9 only If you are a U.S.person{including a resident amount reportable on en Information return.Eiiemples of Information alien),to provide your correct TiN. returns Include,but are not limited to,the following. if you do not return Form W-9 to the requester with a 77N,you might •Form 1099-INT(Interest earned or paid) be subject to backup withholding.See What Is backup withholding, fate Cat.No.10231X Pon,W-9(Rev.10-201a) • A , CERTIFICATE OF LIABILITY INSURANCE OA E M �IDDN THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME Michael Tran Bumham WGB Insurance Solutions PHONE FAX CA Insurance License 0F69771 c.No.Ext):714-8248384 talc.NoL:714573-1770 15901 Red Hill Avenue en ; michaei.tran®wgblb.com Tustin CA 92780 INSURER(S)AFFORDING COVERAGE NAICi License#:0F69TJ1 INSURER A:American Zurich Insurance Comp 40142 INSURED ONYXPAV-01 INSURER B:Zurich American Insurance Comp 16535 Onyx Paving Company,Inc.2890 E.La Crests Avenue INSURER C:Scottsdale Indemnity Co 15580 Anaheim CA 92806-1816 INSURER D: INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER:1519793494 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXPO LTR INBD WVD POLICY NUMBER (MMIDD{YYYYI IMM/DDIYYYYI C X COMMERCIAL GENERAL LIABILITY BCS2000426 3/14/2024 10/1/2024 EACH OCCURRENCE $2,000,000 ENTED CLAIMS-MADE n OCCUR PRREEMMISES Fe occurrence) $100,000 _ MED EXP(Any one person) S Excluded PERSONAL&ADV INJURY S 2,000,000 GEM_AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 54,000,000 POLICY n EEC n LOC PRODUCTS-COMP/OP AGO 54,000,000 •OTHER: $ A AUTOMOBILELABIUTY BAP106300805 10/1/2023 10/1/2024 CeaNeDINGLELIMIT 52,000,000 X ANY AUTO BODILY INJURY(Per parson) S OWNED SCHEDULED BODILY INJURY(Per ecddent) $ AUTOS ONLY AUTOS v HIRED y NON-OWNED PROPERTY DAMAGE _AUTOS ONLY _AUTOS ONLY (Per sodden) 5 _ UMBRELLA LIAB OCCUR EACH OCCURRENCE S EXCESS LIAB I CLAIMS-MADE AGGREGATE $ DED I RETENTIONS $ a WORKERS COMPENSATION WC106300505 10/1/2023 10/1/2024 X S ATUTE ER' AND EMPLOYERS'LIABILITY ANYPROPRIETORIPARTNER/EXECUTIVE Y� NIA E.L EACH ACCIDENT $1,000,000 OFFICERIMEMBEREXCLUDED'I (Mandatory In NH) E.L DISEASE-EA EMPLOYEE S 1,000.000 I yea desalbe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remark'Schedule,may be attached If more apace Is required) Certificate holder(s)Is/are named as additional Insured per the attached endorsements as required by written contract subject to the terms&conditions of the policy: GL Additional Insured Form#CG 20 10 12 19 and CG 20 3712 19 GL Additional Insured State-Permits Form#CG 20 12 12 19 GL Primary and Non-Contributory Form#CG 20 01 1219 GL Waiver of Subrogation Form#CG 24 04 12 19 GL Per Project Form#GLS-332s 01 12 See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Onyx Paving Company,Inc. 2890 E.La Crests Ave. AUTHORIZED REPRESENTATIVE Anaheim CA 92806 ©1988 2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD I 11111111 liii III 1111111 III Jill I1111111111111II111111111111111111111111111111111111111111111111111III!liii w BA20250508272 v, cfit s STATE OF CALIFORNIA For Office Use Only ;' N' Office of the Secretary of State w : ,�iv,,^r,C; STATEMENT OF INFORMATION -FILED- o . . J CORPORATION 'P• - M1 California Secretary of State File No.:BA20250508272 .41iik 1500 11th Street Date Filed:3/11/2025 Sacramento,California 95814 I11 -, (916)657-5448 m O to to Entity Details to Corporation Name ONYX PAVING COMPANY,INC. w N Entity No. 1659076 Formed In CALIFORNIA Street Address of Principal Office of Corporation m Principal Address 2890 E LA,CRESTA AVE CD ANAHEIM,CA 92806 C M Mailing Address of Corporation P, Mailing Address 2890 E.LA CRESTA AVE. LT ANAHEIM,CA 92806 Attention Joan Ward w t-, Street Address of California Office of Corporation H, Street Address of California Office 2890 E.LA CRESTA AVE. o ANAHEIM,CA 92806 N Officers t0 Officer Name Officer Address Position(s) fD n Corey Kirschner 2890 E LA CRESTA AVE Chief Executive Officer m ANAHEIM,CA 92806 rr lv Richard DeVos 2890 E.LA CRESTA AVE. Chief Financial Officer i ANAHEIM,CA 92806 O HI Jay Kirschner 2890 E.LA CRESTA AVE. Secretary co ANAHEIM,CA 92806 rrr N rr ro Additional Officers Officer Name Officer Address Position Stated Position Jay Kirschner 2890 E.LA CRESTA AVE. Treasurer ANAHEIM,CA 92806 0 Anthony Steen 2890 E LA CRESTA AVE Other President ANAHEIM,CA 92806 Directors Director Name Director Address Anthony Steen 2890 E.LA CRESTA AVE. ANAHEIM,CA 92806 Corey Kirschner 2890 E.LA CRESTA AVE. ANAHEIM,CA 92806 • The number of vacancies on Board of Directors is:0 Agent for Service of Process Agent Name COREY KIRSCHNER Agent Address 2890 E.LA CRESTA AVE ANAHEIM,CA 92806 Page 1 of 2 t)J w to Type of Business F' Type of Business ASPHALT PAVING AND CONCRETE SERVICES i, w Email Notifications t'I 0 Opt-in Email Notifications Yes, I opt-in to receive entity notifications via email. to Labor Judgment No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law,for which no appeal therefrom is pending,for the violation of any wage order or provision of the Labor Code. 0 IV Electronic Signature to ® By signing,I affirm that the information herein is true and correct and that I am authorized by California law to sign. w I-I Joan Ward 03/11/2025 Signature Date m 0 ID N.. 0 tr t7 fy H I-i- I-h 0 n 0 H. rn fu 0 n fn rt ly 1-1 I-h rn rt rt m Page 2 of 2 • at ; �w ~_ , ,7:J :,'';": ;. i t•rF4+i11##xs r':"tgyk.l# !.. w'•s!{#EY# et}r .'s-'!.•cYt i"rs •,,=X 7Ik( !t"'�""`.'wY l 1 .s^Y {Y if t . ."r t, sfcz .s; # -- .c=a .'.,.r &t� ,:•; , k#t1i1(Y#ia .;u ts.4 kT fj�s,»,Cri 1 144iC tr. rrtl 0 t##Jtr!.t�'.ta`sz t i�y � txAY tY"t;�y ril}tj//ty Ai1 �tfYJ`� t* S '..: �ax�. M# U j/} jNP• : 1}lI1 r#` 44titIti} r'/fr tt1kk i t a �3 • j07,. } tNyr '^¢; ; jah_. ;%y' `". ;1s� ,f r,.cy;z 4 tr" • t ^ .r . y• + t .-t,* r iff k, ,, * . A 's �v ,z , , . ,, 1{ arrc" 1e' k } �' ` r•fE.. �.7 T t x-z��ry � ' a}+4 F ¢x ' 4e ' '3xi "t '#N !4 T� ,, .3, , t t+ - k ' "''€te_.4:1.7ff , > r- 3r ' .rx Ss' ' r ' Aa ,r .i • • tn1s _ • f4rti ,rr :: , ` awa VieFrbur � 1 t�' ec ) �� .: - . .- s ,. ' 1 3T,r v,: rs'.r, i Poy{ '�fn r v fr S fA A • t ' " .i. s ram .,.3-, January xrM ryt�>>Vsr.� 3�. J V� 'r'j a if,:.`Div 3 v;t Yrr•... ���' • tiwr.y,. 'ig:. 11 ., r v- s,. n •: r ^ ..:a .._ ,._ ::•., ., .,.,>. : 'a•.•,.:__•, -;. -• .:V''t1: ':yeti `E• tt lr , , ti� .Y ..,, 0 3v'. y f.'. e'�_jN ''t.� Yet. < Yar ww..v �c �gp,gy��ynMyK :8 ,��wNrp�_��rq,1g� ��i`6'R14..' pq� ffi. . 1�; � R""A � 'jp��•=,�SfPvIW+,R+'R' �aq omi '.•� - '$�',yg yy� F� �H • , ,`„4 r e, _ rat. F _ Z�.Y�: .Y. 4t „rr "s t; t7; s,- :t ..,.>., ,+'.. s. .. -. ;.,", ,. , '... ..:. �.'k:. .'•',ti W SMh'• ,„ .>. .tee. r.. „ .,<. .'. :•_. ..., _ ,s.:;'; ..:„..:•: ,.li.. 55 -i"�d., 8 . ',.a"' �� ^�, _•• ' , ' ' teriit to ind t ,-41 ng!Pe9t,'lt edobo a h�ajP`,;epp�n tY}}�'td 4 < d d>'se►.v c,es t,?:tr,r'' %� - S3 � .f.` = z* "iS'.a, :;s,,:".:eJ,in'n"r?i,>%a^.'°::.,: s::ri:a,`� - ,:''4.f3"'e''I : a�•,_ ,, wit_to'Y fa; t, _ a ; I'd=ardrr as,prya ber!, e e:I ; m l Trice wIth.titt9.. C-,•., • .,,. �< tOTfc�-*'�b9a� `�E� T�s�I#:"Y�12#t� O°tVti�Cl, ?1 t�ICi� (S34"?- 0 � 1R � k;, ,,,-. ,1,r' •Nti, -<-s<,•,,S�.k i3i r..a.,_:,,..i.:..,,Vt..,,e ..e f,4-''l -,11.1 '•< '`l xf '£;; ' 'tr^":,^: ''/,'_. :Y�"si:, -s"s,'e__ ''a-t _J - .�'#'�. 'r•�'Cit I. <_ t't .S'• •`.1tsw,w 1 <,f. _ _ �r d r `b -t 3 ,�<{�j}� }{ ---C' y e , y -: r..... e.)` 4.1N .a - •Lt.<. .,;�fAU�3 �P' � <l�G\i .�� ltZ� Y.n I#$d s, al3el sµ d'ir�li�Ctl ii ! ._.. c*..; i,r £F .se`t.ts;;.. ;.t: t f rr j_ t .#,yh;,a ris nul 'J e a 2 +'gay. r1(��"20^ i;.:: • X.x ,T>...M` < ..5.'�;,,.Y, "� - ':�i�,xlliiu(l�{1;3DFa'.E+II'�}�t'�}�x +Gf � '4u exports' '"'6r',..5+$7 .rG-V'$rV". ^^..,,.Sv?, i �. i, r i' r , i'9.1s v� ' vQn." d,y i a • M k. y:z '�. e! i�ia1� s.: _ i:-v .R r• 'sk i-Z•. Jcr, t f _ .,Lts i am^""` a14 • yr�...,, +•.''!snc, i1fi""-Mfr "C Utb4fkl'SSt ,3 `�'-. .>ti:tt 'r. ,.,�" s�•.�iklMl:d(•c w<filf!�:li�ktifi- �`htdd�,�($�r":,tic;",Af, n?tV '.srr.�" �'F;''1:ii"�..`,.�'��. �•�... ,�'�, � ,C&1S°c„" K }47 �:xE <i:.•-.k.Y'.:+_ '?'"i` a=.CBUf. ti$a'Rbi &iaRix�; t'a•."". 'i; - 'yhtt:�+`�+4v'sir.'�i`ti�ea ,di�t'irs�co "ia`co= rt1�'Ci �i 1, _ £5,' iZV at rt', ';' y..z k a � r,e � " �Y$ �r `%'''c�irr '^" '"', tN "c :yJ3 s'x. 7 >t t, •c'v' } i t .7. "'.s^ ,-'. w "'"Gj7s C 4 r7'. .w,F, ,"s 5 +Y',,, .u. ' .•.rt..0.� � ,:...,r,*"'"' 'S4. ,,,x.; `'' ,ANac•" 4« 'a, x;, .,r <�: �e �``,„.;a" Y t ' -'_° et„ri' -:` '%,i'rr.,r17 .;0 .-.�" �1+"y[`n`.,°'!. .r�#.r.t1 +� x `5ti t'rt x. - Sn,+,..r�} . : .•3 •£' 1 € -a :f. t :<-tt(41 'ilit r 1 �t' f�j](' f4jl i 1 (1 w .i t /1/ i} c,.` ar';"' , r',r,+,+st fr,(f�[�{(i. t�T>1t Yr�a:rr�,t..1/t�q`yt�YYiS'}'ti.tat�i�jjjJ!{j �t1�!•'�Y.11kl {ily i?��:�1�+tify+r.`({1l�i�5;r "tt't�'"`.[F jJ( !'..��i.s4r�i� i7�}StK}#tTrt�/�rFtS1Ct.�.x • �.�,.<.. .:5 r.»� - l"-� A �4y/#J 1i21�. }4 SYti�b'x'f�,yt! {3k1 }t t�,t>..itj l/NF{ '��:yi ,...>•r. !! �� ���.} �}t 141ry STy.. 6.{►!-I/�.Y} f yti.�!'j�T��tti Y b-1,.(. ti.4�T�r••��� . ''. r 1114 3.tT.»r.te ..,I tint};,6 ar. s}t +11C2 41:R�s.a �,.,rt t.(1►lii >nr. :?r'4k fit 14Ft... 't-t,4111 t 5�ri:..+sir lilt ltt�V.f 41:0 11.5}c� t �<� r'x , :'3 '•4 ? ?' :. y '`5.,*xj+!L0.(C#i? -:`?` ; (i11►1 qy_y. .t- :�iet�L■3SStli;fr ..jyt[ E41'1i ,...n", n,�r tJ%tlflt :r.�..'_`,;r�rt(iL�{fix `''x1 SlIII :,t6 Qt1*}i,1y . ><j.. r�Z' 'i • d,t'.; ', -clli },: RYMr'Y■ `-.r (Y(I+/t i` .;,Yitfil `:0-t.Ite 1'V20.11n ,^, is•1 tni ftt }..bi .[k:rb: '^ 'S ,•t t if x L . ,,'.F:i [ -„i.:1. N, M1 ,^•%„< 1;: 7'• ti£'`.} .,a • < ! AIA Document A310 TM - 2010 , Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Onyx Paving Company,Inc. of business) 2890 East La Cresta Avenue Swiss Re Corporate Solutions America Insurance Corporation Anaheim,CA 92806 1200 Main St.Suite 800 This document has important legal Kansas City,MO 64105-2478 consequences.Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or modification. City of Huntington Beach 2000 Main Street Any singular reference to Huntington Beach,CA 92648 • Contractor,Surety,Owner or BOND AMOUNT: Ten Percent of the Total Amount Bid(10%) other party shall be considered plural where applicable. PROJECT: (Name, location or address, and Project number, if any) Project Number,if any: CC No.1771 7TH STREET ARTERIAL REHABILITATION The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefroin and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so ' . furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 5th day of May,2025. ' . - Onyx Paving Company,Inc. • (Principe (Seal) (Witness) LolCE. 0-caw-acd Ebo(d� r' • (Title) 60 v4?-1 g.14 i-S .\wiX--CEC7 Swiss Re Corporate Solutions America Ins nce Corporation,.�`'�o'c�ONsaMFR.cR�% r O ',` R4 �4s,, ' (Surety) (1 4o rF'' " (Witness) Vanessa Ramirez !VS E A L (Title) a Hernandez,Attorney-in Fact :o •o s Her ="' 1973: :' Init. AIA Document A310T,—2010.Copyright©1963 1970 and y The American Institute of Architects.All rights reserved.WARNING:This AIA """"" Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This / document was created on 01/27/2012 07:23:12 under the terms of AIA Documents-on-DemandTM order no. 2008397483,and is not for resale.This document is licensed by The American Institute of Architects for one-time use only,and may not be reproduced prior to its completion.061110 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On May 5.2025 before me, Leslie Rocha, Notary Public Date Here Insert Name and Title of the Officer personally appeared Corey R. Kirschner Name(of Signer$ who proved to me on the basis of satisfactory evidence to be the person(x) whose name(g) is/aye subscribed to the within instrument and acknowledged to me that he/slice/they executed the same in his/hoer/their authorized capacity(ies),and that by his/hor/their signature(g)on the instrument the person(a), 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. • °° LESLIE ROCHA WITNESS my hand and official seal. — ' Notary Public•California = - / \NA- -\.,„!‘c'V: - Orange County `��Commission#2484949 Signature ��I���///My Comm.Expires Mar 19,2028 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑General ❑Partner — ❑Limited ❑General ❑Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness, accuracy,or validity of that document. State of California County of Orange On MAY 0 5 2025 ,before me, Christina Rogers , Notary Public, personally appeared Zyanya Hernandez who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. CHRISTINA ROGERS r s Notary Public•California Orange County WITNESS my hand and official seal. +` r a Commission if 2463205 [IFOFMMy Comm.Expires Sep 14,2027 SIGNATURE • PLACE NOTARY SEAL ABOVE Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Des ' 'on of attached document Title or type of docum . Document Date: Number of Pages: Signer(s) Other than Named Above: SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") WESTPORT INSURANCE CORPORATION("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,and SRCSPIC,a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City,Missouri,and WIC,organized under the laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute and appoint: ERIK JOHANSSON,JENNIFER ANAYA,MELISSA LOPEZ,CHRISTINA ROGERS,ALBERT MELENDEZ MARTHA BARRERAS,JOAQUIN PEREZ,JONATHAN BATIN,VANESSA RAMIREZ,and ZYANYA HERNANDEZ JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION($200,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Managing Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power 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 binding upon the Corporation when so affixed and in the future with retard to any bond,undertaking or contract of surety to which it is attached." y \ NSAME NSPRE F 7,,.1, ,.._. cp....bci.R R4;...94rs,% ,,�o�%k.13 0 R,q/Rats `,�yy},IMM t04e ,W:G cc G' :��,•.GO Tom.•G By ��' -'r O oS Erik Janssens,Senior Vice President of SRCSAIC&Senior Vice President '' : EAL =p: 3 of SRCSPIC&Senior Vice President of WIC 1,4 ss.'. 1973 D�o rpo; ..I.Jih44-" =tiVs, .r "'.ssiyS •* •No%,,,, By # "s/S * ;iO�,` Gerald Jagrowski,Vice President ofSRCSAIC&Vice President of SRCSPIC �44u, �" &Vice President of WIC IN WITNESS WHEREOF,SRCSAIC,SRCSPIC,and WIC have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ss Westport Insurance Corporation On this 10 day of NOVEMBER ,20 22,before me,a Notary Public personally appeared Erik Janssens ,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski,Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. - - OFFICIAL SEAL, CHRISi1Nd'MANISGO NOTARYI UBtJC,STATE WILMS I (y� Ittitn6—A./ EIPITI Mid� ga6. U] 17we%rtaAuaC.e I,Jeffrey Goldberg,the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 5th day of May ,20 25 . ;%%_ ` tom/ Jeffrey Goldberg,Senior Vice President& Assistant Secretary of SRCSAIC and SRCSPIC and WIC uu�: �iu3 s)aoM oilgnd --Rd La 11 vL+Y)00•-Q) -00_s-coZ'g��� :-Ric(16,U2,30 p ALL\ Ac L4 \1 qb 4-e \off Pool--a}S -E-\ :-a1M°c �7dCq� N3a0 -ON0_- hl\ S4131- 1-) I�4( • UQ.ihUo,.\UiN6 --1-0 sawM-11c\c`d g0g1,10 VJ 'IAA'\ •-Ant'hu r N xl-NUC •11 AUNT I N 6 T ti; aR _°?'�: CITY OF HUNTINGTON BEACH •'r._ iron c�UUNTY�P�\i��l Lisa Lane Barnes I City Clerk January 14, 2025 PALP Inc. dba Excel Paving Company 2230 Lemon Ave. Long Beach, CA 90806 RE: FY 24/25 Arterial Rehabilitation Project—CC-1771 Enclosed please find your original bid bond for CC No. 1771. Sincerely, 0'1444441,e, /,o • Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov dh,o 4 rid SECTION C PROPOSAL for the construction of 17TH STREET ARTERIAL REHABILITATION CC No. 1771 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor,material, equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option,be considered null and void 4,40 :610 10EAccompanying this proposal of bid,find 3a o, vi.S A� in the amountOti .which said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: ° N/A, Addenda..Na. :.;:...._..........DateReceived.. . Bidder'sSiguature..,,..;...:;:.::...::..:. C_2 17TH STREET (PALM AVE. — MAIN ST.) CC1771 PROJECT BID SCHEDULE uq j`''}� :.sa w. wt;cz:ru..w.e ra w. .r..a;..,w is li c. µ.#:u:w.�.�1t w,4.�a-,w i•'�d:, ,m.4)Jb:ac;m.;a+..;.a 4..,a•9c..j1,+t,'u-�:a:.•. N n.q v,rss m:.ss;a..cta:-i.,.•.:u a3 s,x, ,st.r s.u, U ,a,w4r�n.t;.arTi ='r' (lr�l.' .i Z:rrtr.a nrs: ,:::;a11:s 1:$.;ititaa,4ei#a-#dYm`idtc.,i';S'yrion a,"�va,ew�; •. rllf if.:Y.a.ai;m::.Naiad #.ia;r C lkks.a i!itgt.****ii. rltiksi"tlit mum la G;ftiti ass,at*atM;itlk'c WO atil I?4L.11 Atiii,tki 4A4 Y.:tl 11 M''We lti 4,it lti :'"',V*!lit"L";I4 s7"a if it1,l Nl al"akAltlldll A il< ' Pik`♦1, a Sl:•Y.. 'k^�ii fia laY'>ti.ita�Mp qx t�hfYAif�e:lib Si;�lr as z.71 �' 4!l1 a�:p y, a�r.drtila.41 in 7r ar. �atl a,#'�x; i.nti01135:il ;i�Y ; :It::�l`i+x"w jilb: 1 is�'G'�e 21!3iJ�.'1r�d'1:I!::::c::ll 4:1: lal I::COMM!.1h�u'kG 3it::1 VI 1 81 L-4IPP:;iM:ill liw=1Y.:ll::4111 a�'.a at:t'at.e 1 -- MOBILIZATION 1: LS $185,000.00.... $185,000.00 ' 2 i -- TRAFFIC CONTROL PLAN 1 LS $.4,000.00............................_. $.4,000.00.. .. 3 -- FURNISH PROJECT TRAFFIC CONTROL 1; LS $;132,000.00 . ... . ; $,132,000.00 ..........:._,. FURNISH AND INSTALL PROJECT 4 ' -- 2 EA $ 1,200.00 $ 2,400.00 ... ' INFORMATION SIGN 5 -- FURNISH AND INSTALL SIGNING AND 1 LS $ 99,000.00 $ 99,000.00 STRIPING PROJECT SPECIFIC WPCP(WATER 6 ? :. -- POLLUTION CONTROL PLAN)TO 1 LS $5,000.00 _.. $ 5,000.00 ADDRESS CONSTRUCTION BMP'S. 7 -- INSTALL AND MAINTAIN CONSTRUCTION 1' LS $ 6,000.00 $ 6,000.00 BMP'S PER APPROVED WPCP. REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP - 7 OF SIDEWALK/GRADE. PULL OUT ALL 8 2 33 EA $1,200.00 ,` $ 39,600.00 : ROOTS WITHIN PROPOSED IMPROVEMENTS.ADD BACKFILL AS REQUIRED TO MATCH FINISHED GRADE. i 1 - _ SAW.CUT AND REMOVE EXISTING M SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH i SIDEWALK PER HB STD. PLAN 733 AND DETAIL A ON SHEET 5. (ITEM INCLUDES 9 ; 3 8 EA $ ,200,00............... ..... $ 9,600.00 REMOVAL OF SIDEWALK, 85 SF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL, AND MULCH):. .._ C-2.1 17TH STREET (PALM AVE. — MAIN ST.) CC1771 l.tT.r.e3.,. ,s..ie a•y:.n.u.w.4.;$0.e 4*3.3.'*4 4,w:»,.a.W*c r.n.m a:..i.,w:L 4:*403.u.,u:;..w P i%.�..L-3 a a vc va 4•?Z.T;4• .u.i..24:aY::w,su.'.f u ui_.(.A z.;,7s..6 x.34-*4 44*4,taut g.4u.w -.r:ym.. "+�.'�iQ�'���C'i:°d•If li�t'it.6�'Al f6 tv,S3'u ll.�i fY`Y ri i•71 Al It�id a�,9F#3 Y Y#:l i#M f; ,1a i�17 r•s r rc.�.a��n u m: ���fi�i�w x a�e s.'�w Fa:, @tq��a�"w'; t9!ii Q5,i,if.;„„A*Yeti zar.t:ti'&:ir Yfs.,ffi*ti Y.t41iraaesi.JA 3luifa JC•'Y'l@si M14tv'u7w11,' it 24 i.1�,ui(wSAai Yt'sfl+"YSI,Y-mg4..#3'./7.s Al i`f1Na*4 Vi"d Yl it ON 41SM4 19Y'Y: ' 1c�" itpw'�Iw���p Y:i l6 a:it.iY w.>:P`;4Pi■tit is' wi sl'-a ii ii Af.y Y#t. iti Af'aa _ItP t1,. ill ftl'�Vl al l+rl�r. 92 i.9Y ati sr sY±a*m iiY:q iw Y:w'ittt�k.N4'ixiFo tXd:1',:it:tl A.•':Y:19#1if71l tSf,.ifY :::14 it::::::i<'iMROM 0 w-#tlt::Al::81ak L+is lY:HiM:t Hi sr ni:;w l6 FURNISH AND PLANT NEW 24" BOX • STRAWBERRY TREE-ARBUTUS UNEDO PER HB STD. PLANS 714, BOX , • STRAWBERRY TREE-ARBUTUS UNEDO • PER HB STD. PLANS 714, 715,716, 718& • 719 AS SHOWN ON PLANS. (ITEM 10 4 INCLUDES EXISTING LANDSCAPE AND 36 EA $2,500.00 $ 90,000.00 IRRIGATION REMOVAL TO . . . ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; •• ' BACKFILL1NG WITH CLASS A TOP SOIL • AND 3"OF MULCH,AND INSTALLATION OF : ' ARBOR-GARD OR APPROVED EQUAL AT THE BASE OF THE NEW:TREE). , • REMOVE-AND-RECONSTRUCT SIDEWALK '.............. ',... 11 = 5 6,200 SF $,16.00 $.99,200.00,::..:...:. . GRIND EXISTING RAISED LIP OF 12 6 CONCRETE TO MAKE FLUSH WITH 4 LF $. 200.00 $ 800.00.... . ADJOINING CONCRETE. PATCH CONCRETE AS NECESSARY. CURB AND RECONSTRUCT CURB AND ' GUTTER PER HB STD. PLAN 202 AND . 13 . 7 DETAIL B ON SHEET 5(CF=8").(ITEM 1 1,700 LF $112.00 : $ 190,400.00 ' INCLUDES CMB,SLOT PAVEMENT AND ::............ LOT DRAINj::.. ::_.... .._.....:. . . ..........-. REMOVE ASPHALT CURB AND 14 „ 8 CONSTRUCT CURB AND GUTTER PER HB 80 LF $,114,00 . . ''$.9,120,00 . STD. PLAN 202(CF=8"). (ITEM INCLUDES • • CMB, SLOT PAVEMENT AND LOT DRAIN.) . • REMOVE AND RECONSTRUCT CONCRETE - CURB AND CROSS GUTTER PER HB STD. 15 : ; 9 PLAN 205. (INCLUDES CURB, SPANDRELS, 1,300 SF $ 32.00 $ 41,600.00 TRANSITIONS,SLOT PAVEMENT, CMB, .. AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.2... ..:...:. .... 17TH STREET (PALM AVE. -MAIN ST.) CC1771 PROJECT BID SCHEDULE psit .',;.:a:41116'a l'i'u.:i4 N'a.c.i:)iAMT6 Ai.4.•.4,,iil aidgriatil,:i:i. . 1Lotists4itate a* 4:114kJettiose;4?Htist,2*/iratial•ialtalar,ttitil 04a tratiti ii§? oftte,”ady.istpokatioivi444a4:aackemtketrup..”tiii0oriotit, #4t!ititia . t titPin:titikr;::411:":1::11:itag.OttlAtilit:t 11::::::”:PIIPPIONtiRrtiVi : t Eltqn: REMOVEANDCONSTRUCTCURBACCESS RAMP, DEPRESSED CURB,AND GUTTER PER CALTRANS STD PLAN RSP A88A • , , .., FROM BCR TO ECR. (CASE SHOWN ON PLAN). (INCLUDES ALL APPURTENANCES, CURB GUTTER, DEPRESSED CURB, l 4' EA $ 12,000.00 $ 48,000.00 16 ; 10 SIDEWALK, DOMES, RETAINING CURB, CMB, SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE. DISTURBED LANDSCAPE MUST BE REPLACED IN KIND.) 1 : , REMOVE AND RECONSTRUCT MODIFIED , , . RESIDENTIAL ALLEY APPROACH PER HB STD.PLAN 107 AND 209. CONSTRUCT' i HALF DRIVEWAY AT A TIME. (W PER ! : 17 11 PLAN)(INCLUDES ALL DEPRESSED CURB 560 'SF $.23.00 $. 12,880.00 &GUTTER, ONSITE BLENDING, RETAINING CURB, SLOT PAVE,AND ALL ITEMS 1 1 NECESSARY TO COMPLETE THE WORK IN COMMERCIAL DRIVEWAY APPROACH PER s I HB STD. PLAN 211.CONSTRUCT HALF DRIVEWAY AT A TIME. (W PER PLAN) 18 . 12 (INCLUDES ALL DEPRESSED CURB& 5,400` SF $29.00, - . $ 156,600.00 , GUTTER, ONSITE BLENDING, RETAINING I i CURB, SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PAVEMENT TO A DEPTH OF 0.33'AFTER : COLD MILL. CONSTRUCT NEW 0.33'B-PG , 19 13 70-10 A.C. BASE COURSE OVER 95% 1,50Q TN $ 175.00 : $ 262,500.00 COMPACTED SUBGRADE PRIOR TO PLACING 0.17'ARHM SURFACE COURSE H OVERLAY. , : COLD MILL EXISTING A.C. PAVEMENT TO . • ! 20 ' 14 A DEPTH OF 0.17'FROM EXISTING 179,000 SF $,0.41 $ 73,390.00 SURFACE. . „_. _ ... CONSTRUCT NEW 0.17 ASPHALT RUBBER H. 21 ; 15 HOT MIX(ARHM-GG-C PG 64-16)WET 2,40Q 1 TN i $ 143.00 „ $ 343,200.00 i PROCESS OVERLAY. I : I , ' REMOVE EXISTING AND FURNISH AND ! ! INSTALL NEW WATER METER BOX AND 11 22 ' 16 3, 900.00 •! $ 2,700.00 - COVER.ADJUST TO GRADE PER HB STD. ,! I I PLAN 601. _} : 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE tolia;41/14 . 44; 4.4. itxlk C4 =!.d,91* A/19,Z>4 Eta s bilailaaor * (4 A44311 tier***4.***MtIMMV.*40,10WATOIVer/111) 41/MOMW*41001 . Arall 1114131c 41 "4"2101.W4 ,:t".""*"'"1"4**"1"*.f*"'"3"0","**MAltaV414a#41,M.* *a&fa#40W1,41(MAir*ditOli:AC.Aelf*/;**AWOMAIWAtlatOititt t4P2 =It 3140/11#0#0:1::::.::trft REPLACE WATER VALVE BOX ASSEMBLY • 23 17 AND ADJUST TO GRADE PER HB STD. 33 EA $ 1,500.00 - : $ 49,500.00 PLAN 612. REMOVE EXISTING AND FURNISH AND INSTALL COMPOSITE STORM DRAIN 24 18 MANHOLE FRAME AND COMPOSITE 2 EA $2.500.00 $ 5,000.00 • COVER AND ADJUST TO GRADE PER HB „ STD. PLAN 513(b). REMOVE EXISTING AND FURNISH AND INSTALL COMPOSITE SEWER MANHOLE 25 19 FRAME AND COMPOSITE COVER AND 3 EA $2,500.00 $ 7,500.00 ADJUST TO GRADE PER HB STD. PLAN INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 33 EA $ 435.00 $ 14,355.00 26 20 SIGNALS AND LIGHTING SYSTEMS,2005 EDITION.SPLICE LOOPS TO DLC IN PULLBOX. ADJUST EXISTING MONUMENT WELL TO 27 21 FINISHED GRADE. PROTECT EXISTING 2 EA $ 600.00 $ 1,200.00 SURVEY MONUMENT IN PLACE. ADJUST EXISTING STORM DRAIN CLEAN 28 22 2 EA $ 1,500.00 $3,000.00 OUT TO FINISHED GRADE,. ADJUST EXISTING WATER MANHOLE TO - 1 EA '',1,.800.00 29 23 $ 1,800.00 FINISHED GRADE REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HB STD.PLAN 301 AND 30 24 70 SF $ 42.00 $2,940.QP , 302. STORM DRAIN GRATE TO REMAIN PROTECTED IN PLACE. Total Amount Bid in Figures: 1,898,285.00 C-2.4 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class;; :DIR PWC Dollar ' ` % of Item(s) Subcontractor >License • : Registration# . Amount ' Contract Number 8 ' V&E Tree Service,Orange,CA 654506 1000001936 36,135 , 2 P19,20,22- All American.Asphalt,Corona,CA 267073 A '25,27-29 : 1000001051 189,250 10 i 26 Smithson Electric,Orange,CA 614518 C 10 1000001610 14,190 1 i : ' P9,10 Kato Landscape, Fountain Valley,CA •806122 C_27 ' 1000000086 87,000 ',:4.6 5 .Superior Pavement Markings 776306 1000001476 98,500 5 Cypress,CA l Various l: :::'Pavement Rehab,Anaheim,CA 1051374 C-12 1000064823 14,000 1 i By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 005 , at. LONG,BEACH . , California ate City State Curtis P. Brown III ., being first duly sworn, deposes and says that he or she is President of PALP, I'SZ.1:15A the party making the foregoing bid that the bid is not made in the iiitaWifilk\WWINVIRIFItif,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, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true; and,further,that the bidder has not, directly or indirectly,submitted his or her bid price or any breakdown thereof,or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership, company association, organization,bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. PALE INC OSA EXC L PAVING COMPANY Name of Bidder Curtis P. Brow r � .. resident S' ;iature of Bidder 2230 LEMON AVE LONG BEACH, CA 90806 Address of Bidder o\111111moil = APRIL 7, *= 1981 '*• /FO?-\'.�`�� C-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Los Angeles ) On MAY - 8 2075 before me, Stacy Tate, Notary Public Date Here Insert Name and Title of the Officer personally appeared Curtis P. Brown.Ill Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/21kX subscribed to the within instrument and acknowledged to me that hefitM1906)g executed the same in !. his/MftWir authorized capacity(ies),and that by his/M1VM 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. .!a STACY TATE WITNESS my hand and official seal. •4 COMM.#2501108 5 te..V± .4: •„NotarY Public-California g LOS ANGELES COUNTY comm.Expires Sep.30,2028 t Signature ,,„ „ ' Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: • Signer(s) Other Than Named Above: • Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: , D Corporate Officer — Title(s): 0 Corporate Officer — Title(s): 0 Partner — 0 Limited 0 General 0 Partner — D Limited 0 General LI Individual LI Attorney in Fact 0 Individual 0 Attorney in Fact 0 Trustee El Guardian or Conservator 0 Trustee 0 Guardian or Conservator El Other: „ El Other: Signer Is Representing: , Signer Is Representing:, ©2016 National Notary Association•www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 „ „ „ UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract,known as the 17TH STREET ARTERIAL REHABILITATION(I)(we)(it)will employ and utilize only qualified persons, as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person"is defined in Title 8, California Administrative Code, Section 2700,as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. PALP, RIC DBA EXCEL PAVING COMPANY Contractor B. .,. . Curtis P. Brown III President' Title Date:... MAY -° 8 2025. ...... c-s DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑Yes If the answer is yes, explain the circumstances in the space provided. -NIA' Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. I ALP BBA EXCEL PAVING COMPANY Contractor By,.. Curtis P. Brown III... President Title Date: MAY - 8 2025 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name PALP, INC DBA EXCEL PAVING 2?211,,'' .I;:EMON.AVE : Business Address LONG BEACH, CA 90806 City, _.._: _..� �__�..._ _ _ ty, State Zip r ), 562)599-5841 stirnatincg�sa oxceipavirag.net Telephone Number Email Address 'Sjr .E~L1C#68 650. State Contractor's License No. and Class A, C12, C31 I OW :,.. .: Original Date Issued fii:jExpiration Date The work site was inspected by cW 'F kOI tc of our office on 0 , 2025. The following are persons, firms, and corporations having a principal interest in this proposal: 'Curtis P.Brown ill ' President and Chief Executive Officer _ .., „ David A,Orukker . Vie Piesident and Chief Financial Officer Stefegi A Mnreno Coipirate Secretary _ _ - __ Orissa A.Phillips Assistant Secretary 2230 LEMON AVE LONG BEACH,CA 90806 .. 562)599-5841 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. PALP. INCDIM FXc F' PA\'INIC1 r_nnMPA!Y Company, ame Sign ore of Bidder Curtis P. Brown III President Printed or Typed Signature C-8 NOTARY CERTIFICATE Subscribed and sworn to before me this day of...,.....MAY v 8 2025202_ 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 .. CatifQfl11a ) County of,;.......:LOs„Angeles ) On:: MAY....�::8 2025 . ...:...before me, , -Month,Day, and Year Insert Name and Title of Notary personally appeared, CUtlis P. Brown Ill , Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/axe'' subscribed to the within instrument and acknowledged to me that he/sladtbef executed the same in hiss/their authorized capacity(ies),and that by his/her/lei'.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. STAGY TATE � COMM.#2501108 , WITNESS my hand and official seal. LLq°�Notary Public-Callfornla LOS ANGELES COUNTY o. ,.My Comm.Expires Sep.30,2028. Signature Signature of Notary Public (PLACE NOTARY SEAL ABOVE) C-9 SEE ATTACHED Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of Arterial Rehabilitation Projects with curb and gutter, sidewalk, curb access ramps, cold mill and overlay, and deep lifts. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. ;. .. .... ................:..........:..:........... ..... .. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 2. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: 3. .K..... ... Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1 \e„ . _ _ Name of proposed Project Manager Telephone No. of proposed Project Manager: 562)599-5841 SEE ATTACHED Project Name &Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type e of Work Date Completed SEE ATTACHED Name of proposed Superintendent Telephone No. of proposed Superintendent: 562)599-5841 ,. Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed c-11 CONTRACTOR REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) CERTIFICATE Pursuant to SB 854 (citing Labor Code Section 1771.1(a)),passed by the California State Senate on June 20,2014,established a new public works Contractor Registration Program,which requires all contractors and subcontractors bidding and performing work on Public Works Projects to register on an annual basis (each July 1 through June 30 state fiscal year) with the California Department of Industrial Relations(DIR).Currently the annual non-refundable registration fee for Contractors is $400. Each contractor to whom a public works contract has been awarded shall sign the following certificate. DIR FACT SHEET on SB 854 https://wwvv.dir.ca:gov/public-works/PublicWorksSB854.html DIR's Contractor Registration Link—Call'(844) 522-6734 htiriS://www.dir.ca.gov/public-works/contractor-retistration.html DIR's Contractor Registration searchable database: https://cadir.secure.force.com/ContractorSearch I am aware and will comply with the provisions of Labor-Code Section 1771.1(a)which states: "A contractor or subcontractor shall not be qualified to bid on,be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code,or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded." I furthermore will comply by providing proof of registration with DIR as the primary contractor, as well as for ALL subcontractors at the time of submitting the bid. PALP, INC E3A EXCEL PAVING COMPANY Contractor Curtis P. Brown f` President c imatinq{ aneigaving�nat Email Date: MAY - 8 2025 Title PWC Registration#: DIR#1000003331 C-12 CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a (01 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a 01 0 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolve4,,a brief description of the resolutionl.) SEE ATTACHED 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any"serious,""willful"or L.! 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years,has your firm been required to pay back wages and/or penalties related tostate;orfederal.prevailing wage OH 2 3 4 5+ taws for work performed by your firm? .. . ......... (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 Civil Litigation and Arbitration History Agency/Owner:City of Los Alamitos Project Name: Old Town West Street Rehabilitation and Storm Drain Improvement Contract Date: 4/8/2002; Excel completed this Project for the City of Los Alamitos("City")in 2002. On February 27,2023,Los Alamitos Luxury Apartments("LALA")filed a complaint in the Orange County Superior Court against the City claiming damages related to the cost of its environmental rehabilitation of property that was adjacent to the Project storm drain work they had acquired from the previous owner.LALA claims that storm drain excavated soil from the Project that was stock piled for a few months on the subject property with the consent of the owner and then removed by Excel at the direction of the City as Change Order extra work had contaminates that contributed to its cost of rehabilitation. The City in turn filed a cross- complaint against Excel for contractual indemnity alleging that the LALA claims arise out of Excel's storm drain work. Excel strongly disputes these claims. This lawsuit is pending in the Orange County Superior Court. Agency/Owner:City of Inglewood Project Name: Century Boulevard Mobilization Improvement Project Contract Date: 7/24/2018. Excel filed a complaint against the City of Inglewood("City")on March 29,2022 for breach of contract for extra work cost related to extreme amount of trash pickup and interference by the homeless population and other extra work costs. The matter was settled in early mediation resulting in a payment of extra compensation to Excel. The complaint has been dismissed and the matter is closed. Agency/Owner:City of Baldwin Park Project Name: Baldwin Park Downtown Beautification Project Contract Date: 9/2/2022 Excel was prime contractor and subcontracted certain street light installations to California Professional Engineering("CPE"). During construction CPE claimed it encountered differing site conditions related to soils during excavation for the street light footings that resulted in extra costs. On 12/1/2022 CPE filed a complaint against Excel for damages related the claim for extra costs in the Los Angeles Superior Court. Excel in turn filed a cross-complaint against the City based on CPE's"pass through"claim and against CPE for breach of contract. The matter has been resolved by mediation on 11/16/23 resulting in a payment by the City of extra compensation to Excel and in turn to CPE. The settlement was approved by the City council and the complaint has been dismissed and the matter is closed. Bound No. . Bid Bond. BID BOND The American institute of Architects, MA Document No.A310(February,1970 Edition) KNOW ALL MEN BY THESE PRESENTS,that we :.PALP,•Inc.dba Excel Pavirtp`CorriparN•- . as Principal hereinafter Called the Principal,and .,.,....Federal Insurance Company'• ..... .._.::::,...:- ,....:._..:.:._., _ ,. .. a Corporation duly organized wider the laws ofthe state Of Indiana_ as Su rety,hereina8er called the Surety, are held and fitml bound turbo y City of Huntington Beach as Obligee,hereinafter called the Obligee,in the sem of Ten percent of the total amount of the bid . ...:.....:....:: : .....::.. payment of which stun well and truly Principal . . Dolis>rs S ,.:....,1 0 ors .� :..,r-:). far thet0 be:made,the said P and the 'said Surely,hind otlrselvies,our heirs,executors,administrators,successors and assigns;jointly and severally,firmly by these presents. REA-lE ,the Principal has submitted a bid for 17th.Street Arterial Rehabilitation NOW,THEREFORE,if the Obligee shall accept the bid ofthe Principal and the Principal shall enter into a Contract with,the Obligee in accordance with the terms of such bid,and give such bond or bonds as may-be specified in the . or Documents.with:good and sufficient surety'for the faithful.peribrmanoe of such Contract and for the prompt.payment of labor and material furnished in the prosecution ther+eo4 or in the event of the failure of.the Principal to enter such Contact•and,give Inch bond or bonds,iftlie: i„ shall prw to the Obligee the diffierence not,to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith coitttra ct witha> ta`party to perform the Work covered by said bid,then this obligation shall be>tipilU and void,otherwise to remairi.in fuil'force and effect Signed and sued this' . 25th day of April 2025 PALP Inc.:dba,Excel.Paving Company. Winne s (Sean Crissa'. Phillips,Asst. Secretary otttllltl/ ��'' ° Curtis`P'Brown ..III,President ",.'.. .." Natnelt'itle .� p; y Federal Insurance Company • • APRIl.7, _ S ' Witae ,� j :ko...!s•,6,,,r4 ••....••• P Douglas A;�,: aPP . Attomhy=iztiFact iiiiiiisttO O1tSC 21328(5/97) , • • „ . . ACKNOWLEDGMENT A notary public or other officer completing-this certificate verifies only the identity of the individual • who signed the document to which this certificate is attached, and not the truthfulness,accuracy,or validity of that docUment. State of California County of Orange „ . On April 25,2025 before me, Debra Swanson i NotarifPublic (insert name and title of the officer) personally appeared Douglas A. RalPii. who proved to mel:inthe basis of satisfattOr9 evidenCe 1/4i.be the person(*)whOse name6s)ishgre subscribed to the within instrument and acknowledged to me that he/00**w executed the same in histflenitive+r authorized capacity(ilee), and that by his011enitheir signaturefe)on the instrument the ° person(*),or the entity upon behalf of which the person(*)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. --A- DEBRA SWANSON WITNESS my hand and official seal. COMM.*/2502022 tt, NOTARY PURIC-CAUFORNIA,,,P3 7, -` ORANGE COUNTY ,!"-if7ttxt0',htY COMM EX Signature bs)...LA.$)._.5: 00-.A(‘-i0ork (Seal) . , Power of Attorney Federal Insurance Company I Vigilant Insurance Company i Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents,that FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Confmonwealth of Pennsylvania, do each hereby constitute and appoint Douglas A.Rapp and Timothy D.Rapp of Ladera Ranch,California — —each as their true and lawful Attorney-In-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 11t day of April 2024. Rupert HD Swindells,Assistant Secretary Warren Firfihtxiia Ttt PrttiNent : „ ryh I A .tC^ �1 } ..� • + i ` ) L 'M ' CO '° '.. ter. STATE OF NEW JERSEY County of Hunterdon SS. On this 11th day of April,2022 before me,allotary Public of New Jersey,personally came Rupert HD Swindells and Warren Eichhorn,to me known to be Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY,the companies which executed the foregoing,Power of Attorney,and the said Rupert HD Swindells and Warren Eichhorn,being by me duly sworn, severally and each for himself did depose and say that they are Assistant Secretary and Vice President respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal Albert Corttursi �,pTq »' .P4OTARY Puisuc of NEW JERSEY r.Ay .) No sozozass pLottc i Commission Expires August 22,2027 Nasty Puhtte CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006;and ACE AMERICAN INSURANCE COMPANY on March 20,2009: 'RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertaldngs,recognizances,contracts and other written commitments of the Company entered into in the ordinary course of business(each a"Written Commitment"): (1) Each of the Chairman,the President and the Vice Presidents of the Company's hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise- (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise, ' to the extent that such action is authorized by the grant of powers provided for Insoch person's written appolntnientas such attorney-In-fart (3) Each of the Chairman,the President and the Vtce Presidents of theCompanyisherebyauthorized,forandon behalf of the Company,to appoint in writing any person the attorney-in- fact of the Company With full power and authority to esecut'è.for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as may be specified In such written appointment,which Specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate In writing to any other officer of the Company the authority to execute,for and on behalf of the Company,under the Company's seal or otherwise,such Written Commitments of the Company as are specified In such written delegation,which specification may be by general type or classnf Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,maybe affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to bean exclusive statement of the powers and authority of officers,employees and other persons to act for,and on behalf of the Company,and such Resolution shall not limit or otherwise affect the exercise of anysuch power or authority otherwise validly granted or vested." i,Rupert HD Swindells,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY(the"Companies")do hereby certify that (I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect- (ii) the foregoing Power of Attorney is true,correct and.in full force and effect Given under my hand and seals of said Companies at Whitehouse.Station,NJ,this April 25, 2025 ;mot, • �? . Rupert HD Swindells.Assistant Secretary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR.NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT USAT:' • ' .. .Telephone(90S)903-3493 Fax';9091903-3656..__ a-mail•surejy@chubb.com, --._,,_.�__ •_ Combined:FED-VIG-PI-WFIC-AAIC(rev.11-19) ..............::.......:. . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 �Fnrr-t,c=r.�rcc.cue,�,rt:c�.c-�.crcarrncrcr.�r;�r,�tsrt.c�.c�,-r,rc�,arc,cc-�.c�,e,ccrcr�c,rcrrc..c,c.c-c.e�.crcr,�r,�rc—r.,coc—r.�rc A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of ..... ..Los Angeles.. On 4 ?A`Z .:.-: ___-_. before me, .Stacy Tate„Notary Public.._,.,... .. ... _ .... .._. Date Here Insert•Name and Title of the Officer personally appeared, Curtis P.Brown..III and Crissa.A..Philli.ps... ...... _..... ................ . ,,.. ....,. Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) ,whose name(s) Ware subscribed to the within instrument and acknowledged to me that hisj/they executed the same in h�/h'/their authorized capacity(ies),and that by hjef/E3 'r/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 �` >_ . _, .� STACYTATE w..,.}:, is true and correct. N f54L COMM #2501108 WITNESS my hand and official seal. Notary Public-California g a , ;et.Y LOS ANGELES COUNTY ,., Qieji: My Comm.Expires Sep.30,2028: s Sig nature. . .i .M Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. ' Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: _- - Capacity(ies) Claimed by Signer(s) Signer's Name:,:Curtis P....Brown III..... Signer's Name: Crissa.A.Phillips. ®Corporate Officer — Title(s): .:President.: ®Corporate Officer -Title(s): Corp:Secretary ❑Partner — ❑Limited ❑Generale ❑Partner — ❑Limited ❑General • • ❑Individual ❑Attorney in Fact ❑'Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: PALP Inc.dba Excel Paving Company PALP Inc.dba Excel Paving Company . c �euecvcc.�c�c�c�c�e�ccir� e�c �e�c: xcYcuecee�cce �c�ex��v�c�c .�o�ec��Leexc�c�-exccc ©2016 National Notary Association•www.NationalNotary.org• 1-800-US NOTARY(1-800-876-6827) Item#5907 Department of Industrial Relations (DIR) Contractor Registration Number Beginning July 1, 2014, contractors must register with the Department of Industrial Relations (DIR) before bidding on public works contracts in California. For more information, please refer to this section of the Department of Industrial Relations Website:htto://wvvw.dir.ca.gov/Public-Works/PublicWorks.html. Per this requirement, provide the following information: PALP Inc. dba Excel Pavink CombariV Contractor Name 1000003331 Contrictor Department of Industrial Relations Registration Number: _ 5/31/2026 Expiration Date of Registration Number *(THIS FORM MUST BE SUBMITTED WITH THE SEALED BID)* «xN=iiIss -'I.yq" ii'��a -' $fRF;P,S;5411.-11: -: ; 5JjJJ f ^' 313 1 I 3 r I- rNN� lNYN.M N;N MI ` IM 1 , 1I..--.. 1,.. .I .-i rii. Ii:- .. lM .. i :! ., 3_ i. .,{ f el#l1i i , 1 �_1 ; s 1 II / i.�1 ill 1l 1 i it s- ' _$ : -I fg - roil& i ,e,r 't#r.. 9 i s....... _.....J'$I'e, it •a .e 4 ..„t .. . .4 ....s�..__.._: G'.c 8 ....:.._ r� :."5: S...:. ° 1.47 a : ,, 'I iiii:olt i'lli iii i I i :14 li ill iiiiiiiiiiiIR FitiLO'.'•/' 1 6110104 1,'g "11 ...AlgilL,Aki• l'.°1:1..11E1017, ,l'O° I 1 I 1 4°41 •L il --:g'tt" -:-• ri fi:'44',:i .';!'t : .: a.�� ��f9 v.'g� i'� �11111 !• ��i.l'it' 4 ''s �4411 ,� !I':� �''@ °� t ;: 1 �. -i,�. 1': ��$: � 15 �'� �. 11 It : iv!..tr..• i: AA 1 . 1.-li 14 lii ill Pitt: �t � ..�s.s c e�i � � ��tt iee: �,.dti. c:s't` • _�5� � ... a �.�:SF .Ee.�: � �� §�� � .e.. �.e. 9 �ii • "";�` p - �I; :y :, : �. ' ,, s ,per 'if � � ;«;' ;� _ ll' 4:: '' '1 ;,..11111 x i + � 1�� aaa , � -a I ,-- '2' 1i1i 1.I,III 3a1 x' R5s'4, 4 :1l3 � fi, f? ��,_ � !$ 'E1J ya s 7yyJjj .1 ¢¢QQ a. Z 2 Flam ah'S; o...,G F1 -i1 S' S;thin«-:-' .-. w.� ijl i }!j IIiii V- . - �G�� �i���� ji , } tl Hilill �� �Jivjaa4 3' � � � 'm �. . . . ... .... ...:. rm aas e as zi >r g sss N_«i « .gap.'S{ • o W ''i w S B.?'Sty.,$r t ai'a a mid,., P.7s Y:sa m; t3 3= $'„g g.i-'ii' 3 S i a w o.WL S n!p.U. �.�+.g ...;,,f.it'' R' w }::. . � w- �a^$. :- i�8� �'a.:� �.,E.S SSA 7 ' '.341. 11"11/1/11/11 : 121111111"iik "141s5s41111 a. IL k?' i i I • ,31 iii 'a 1, 8 ij -trill 3'gi o(�a ^i1 6i!. ww1! ,.i� , * 1 ] SZ Q m K 5 0rwR�Zp.5 g it 515 n.rhFo?:affi� ¢ .o t 11•'°- :1 . ' ''' : ''':: , ' ' : ': .: !.i T. :' I' . ' , : ::: - : '• ': !„ •• . 11::' : • ': • '' i l',1 • ,' .t: • i:.' • .A43 15 Ir1 0 of ocelot" ' .t111 i3 $4`< a•- .l A. 11 {#{11i ?'Rf !s 11LI3 ,11g tgti $ fig 'g •E�t.`� 5[iii1 1`` 1.j.1 i . ;; ; , ., ', ,f .;:e 1! . ,,.; • ;; . : T ' H1H It1 a(!!9 :.4 .�. 1m��S- _.0 1- V Z t 6 J ig . is p f e~ y$ f '[Q foil ® A 1 qgg 7� 1. 1111. ro r { 'Y }Q$5� � �$g��j1 � � 1 � $Y g � t) $pg�S�p dl • Igg I.. i,,�� ��i �A a�+� �IDEl ~$<, ,y � .,�4g��''11 3 i .y K � OS l: a I i i s S Ti 1g it , yf jilt i • ,. S1 W 1 .IJ. =tat;a•i sea g Pl 01 . §31iclia�N Fi i' 1 mvi i 4 i igl a 1 gkax;Its i a o f 'lgiOnai i s wa ;1 11 -I PALP, INC DBA EXCEL PAVING , . I 2230 LEMON AVE ,,„.,'lf •,_ '-',, LONG BEACH,CA 90806 lc 1 .. 16 IC. k-004R-1 • Zat i1/4-VIA cr , : 1 NM\tilrA 18e_Ki\ (A c12-4M6 ) . . . , . FAKtrii RIIB f..i.W.,1F.APFI. t., (..,i srturi3 'aro ENCOF SMLE.9 RP ENC4 PtIFF...'1 • , • A Opfic 1 AL 810 Saul%AI - Db Nor 001.0 i !, ;,.., . i ', • .,,..1 .: ,YI fvoltcr 14146 : 1141^ Srrtis Mui4L PM .i \i,...: • .',:l . ‘10 i 0 006111 , MA a•1001S G .„, ..,.._. . , . . . , • ..... A ... CITY OF ''� `- --Thn\ HUNTINGTON BEACH \�?cF�UUTY C�\io N Lisa Lane Barnes I City Clerk January 14, 2025 R.J. Noble Company 15505 E. Lincoln Ave. P.O. Box 620 Orange, CA 92856 RE: FY 24/25 Arterial Rehabilitation Project—CC-1771 Enclosed please find your original bid bond for CC No. 1771. Sincerely, Lisa Lane Barnes • City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov kAidboo . SECTION C PROPOSAL for the construction of 17TH STREET ARTERIAL REHABILITATION 'CC No;1771 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH:' In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby'proposes and agrees to'perform all the work therein described,and to furnish,all labor,material„.equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to.the satisfaction of arid under the supervision ofthe City Engineer of the City of Huntington Beach..and to enter into a contract-at the following prim. The undersigned agrees to complete the work within:60 working.days,startine from the date ofthe Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications; Instructions to Bidders and all other contract documents. flans proposal is accepted fOraward,BIDDER agrees to enter into a contract with AGENCY at the unit and/or rump sum prices set forthin the following BidSchedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set .forth in the Bid Schedule.are solely for the-purpoSeof camparing bids and that final compensation under the contract will be basedupon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or-lump surrt prices biclinClude all appurtenant expenses,taxes,.royalties., fees. etc., and will be guaranteed far a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and WM readvertise the project. In the case of discrepancies in the amounts bid. unit prices shall govern over extended amounts, and words shall govern over figures. If awardod the:Contr.-ad, the•iiiidersigli&Fa2r-eaS--that in.th&..6ent.of.t.h . B1DDER7Sdefault in executing the required contract pil filing thettece$ 11°.tj.Q0.4s:lhci ihstottee.eettIkatessOthitt 10 working,days after the.date of the..A:GENCY.S'..:noticci of award of.contract.to•--thePtD,D ER, the ., .„... proceeds of-1114,Security accompanying this bid shall become the‘"property-oeti*A0EN(V and ill iS'.1)1•41:#4ti.the.aceeptOce het7e0104,..Tatitt4AcN(.Y.S option,,bg:-oonsidOt.odntitand void. i- . . . , ..• . . ; • APOrrtNtivihe this promsalp 10%13ID BOND in bilfriti4. - . • - ... • - in The amount of. -Whith said amount ii:tititkst than.I.0%.Of the'2..at*ete.Oldie total bid pike,asrequired 171.: the.tiotiee . .. ....ln%Iting F.L .(TRO.N.It Pid,$, l'taYtthle tO. the- .80. .N.—c.Y... (Please insert the !%.941.s 'C4h!'.,.... ; 'certifi.0."Cheek% or 1Fild4qe$.,pond:for, 4,3i-,"3-7,as the case-.M,33`.be An standard 54rOY:1Bid Bond form is:acceptable. Biddersha it signify rcëipt ofaU Addenda here.'fatly:. Adder:di/Nit.. ' . :ffalte'Reeekeil . .:Bidder's Sig'ftathre .. . . -i • ! , • .. . ....... . . . . . . „ ... ...„.„. ......... .. A. . . . . , . . . . :: ... [ : „ . .. - • ... . , 1: I; 1 i: I [ i 1, 1 . .• ' . , .. . . 01 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE Bid Const Contract Unit Extended No. No. Description Quantity Unit Price Amount -.,-- . 125, 1 425,000_00 1 -- MOBILIZATION 1 LS $ 000.00 $ 2 -- TRAFFIC CONTROL PLAN I Ls $ 8,000.00 s 8,000,00 , . 60,000.00 1 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ $ 60,000.00 -, • ' 'FURNISH AND INSTAL 800.00 $L PROJECT 1,600.00 4 — 2 INFORMATION SIGN EA $ , FURNISH AND INSTALL SIGNING AND 98,000.00 ' 98,000.00 6 -- 1 STRIPING LS S $ - . PROJECT SPECIFIC WPCP(WATER ,000.00 5,000.00 6 -- POLLUTION CONTROL PLAN)TO 1 LS $5 $ ADDRESS CONSTRUCTION BMP'S. I , 7 INSTALL AND MAINTAIN CONSTRUCTION 3,000.00 3,000.00 -- 1 LS $ $ BMP'S PER APPROVED WPCP. REMOVE TREE AND ROOTS:GRIND TREE STUMP AND ROOTS TO 24' BELOW TOP i I 8 2 OF SIDEWALK/GRADE PULL OUT ALL 1,150,00 37,950.00 ROOTS WITHIN PROPOSED 33 EA S - $ IMPROVEMENTS ADD BACKFILL AS REQUIRED TO MATCH FINISHED GRADE. . , SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER HB STD.PLAN 733 AND 3 9 DETAIL A ON SHEET 5.(ITEM INCLUDES 1,350.00 10,800.00 8 EA $ REMOVAL OF SIDEWALK, 85 SF OF NEW S SIDEWAL(NON-CHEMICAL WEED I CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL AND MULCH). . • C-2.1 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE Bid Court Contract Unit Extended No. No. Description Quantity Unit Price Amount FURNISH AND PLANT NEW 24" BOX STRAWBERRY TREE-ARBUTUS UNEDO PER HB STD.PLANS 714,BOX STRAWBERRY TREE-ARBUTUS UNEDO PER HB STO.PLANS 714.715.718.718& 719 AS SHOWN ON PLANS.(ITEM INCLUDES EXISTING LANDSCAPE AND 38 EA 6.. 2,800.00 100,800.00 10 4 IRRIGATION REMOVAL TO ACCOMMODATE NEW TREE: REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND 3"OF MULCH,AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AT THE BASE OF THE NEW TREE). REMOVE AND RECONSTRUCT SIDEWALK 12.00 74,400.00 11 5 6,200 SF S 5 PER HB STD PLAN 207. GRIND EXISTING RAISED LIP OF CONCRETE TO MAKE FLUSH WITH 750.00 3,000.00 12 6 4 I.F ADJOINING CONCRETE.PATCH CONCRETE AS NECESSARY. REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD.PLAN 202 AND 229,500.00 13 7 DETAIL B ON SHEET 5(CF=8"). (ITEM 1,700 LF S 135.00S INCLUDES CMB,SLOT PAVEMENT AND LOT DRAIN.) - - REMOVE ASPHALT CURB AND 135.00 CONSTRUCT CURB AND GUTTER PER HB 10,800.00 14 8 80 LF $ STD.PLAN 202(CF=8"). (ITEM INCLUDES CMB.SLOT PAVEMENT AND LOT DRAIN.) REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. 34.00 '44,200.00 PLAN 205.(INCLUDES CURB,SPANDRELS, 1.300 SF S 15 TRANSITIONS.SLOT PAVEMENT,CMB, AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) C-2.2 17TRSTREET (PALM AVE: - MAIN ST.) CC1771 , PROJECT BID SCHEDULE. Bid Coast Contract' 'Unit " Extended No. No. Description Quantity Unit Price Amount A 4 ' I REMOVE AND.CONSTRUCT CURB ACCESS' 'RAMP,DEPRESSED CURB.AND.GUTTER PER CALTRANSSTD PLAN RSP ASIA FROM BCR ti),EcR,(CASE SHOWN ON PLAN);(INCLUDES ALL APPURTENANCES. CURB GlITTER,DEPRESSED CURB, 7,200.00 28,800.00 16' 10 -- EA $ . S SIDEWALK, 4,DOMES.RETAINING CURB. - CMB,SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARYTO , COMPLETE THE WORK IN PLACE. DISTURBED LANDSCAPE,MUST BE REPLACED IN KIND.) t . , ... REMOVE AND.RECONSTRUCT:MODIFIED RESIDENTIAL ALLEYAPPROACH,PERHB STD.PLAN 107'AND 209.CONSTRUCT HALF DRIVEWAY ATA'TIME.(W PER ' .22.00 12,320.00 17 it PLAN),(INCLUDES ALL DEPRESSED CURB 560 SF S .S &GUTTER.ONSITE BLENDING,RETAINING CURB,SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THEWORK,IN PLACE.) . REMOVE AND RECONSTRUCT COMMERCIAL DRIVEWAY.APPROACH PER HB STD.PLAN'211.CONSTRUCT HALF DRIVEWAY AT A TIME.(W PER PLAN) 21.'00, 118;800.00 16 . 12 (INCLUDES All.DEPRESSED CURB& ' 5.400 SP $ $ GUTTER,ONSITE 4LENctiNd,RETAINING CURB.SLOT.PAVE,AND ALL ITEMS NECESSARYTO COMPLETE THE.WORK IN PLACE.), . . .. REMOVEEXISTING A.C.AND A.B. PAVEMENT TO A DEPTH OF 0.33'AFTER . . 'COLD MILL CONSTRUCT NEW.0.33'B-PG 195.0) 292,506.00 ' 19 13 70-10 A.C.BASE COURSE OVER 95% 1,500 TN S ,$ . . COMPACTED SUBGRADE PRIOR TO PLACING 0.17'ARHM SURFACE COURSE OVERLAY: . , COLD MILL EXISTINGAC.PAVEMENT TO 0. 60,860.00 34 20 14 A DEPTH.OF.0.1T FROM EXISTING 1-7.S,000 SF, S " S. SURFACE. , CONSTRUCT NEW OIT ASPHALT RUBBER ' 73 2,000.00 '21 IS HOT MIX(ARHM=GG-O PG 64-16)WET ' 2 400 TN $ ..155°°. $_ PROCESS OVERLAY. REMOVE EXISTING AND FURNISH AND INSTALL NEW WATER METER SOX AND 1,000.00 .3,000.00 •22 16 3 EA s. s COVER.ADJUST TO GRADE PER,HS STD. PLAN 601. . , ,C71:3 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE Bid Coast Contract Unit Extended No. No. Description Quantity Unit Price Amount REPLACE WATER VALVE BOX ASSEMBLY 1,500.00 49,500.00 23 17 AND ADJUST TO GRADE PER HE STD. 33 EA $ PLAN 612. REMOVE EXISTING AND FURNISH AND INSTALL COMPOSITE STORM DRAIN 2,400.00 4,800,00 24 18 MANHOLE FRAME AND COMPOSITE 2 EA $ COVER AND ADJUST TO GRADE PER HE STD.PLAN 513(b). REMOVE EXISTING AND FURNISH AND INSTALL COMPOSITE SEWER MANHOLE 2,400.00 7,200.00 25 19 FRAME AND COMPOSITE COVER AND 3 EA $ ADJUST TO GRADE PER HB STD.PLAN 513(a). . INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS FOR THE CONSTRUCTION OF TRAFFIC 420.00 13,860.00 26 20 33 EA $ SIGNALS AND LIGHTING SYSTEMS.2005 EDITION.SPUCE LOOPS TO DLC IN PULLBOX. ADJUST EXISTING MONUMENT WELL TO 1,300.00 600.00 27 21 FINISHED GRADE.PROTECT EXISTING 2 EA S S - SURVEY MONUMENT IN PLACE. ADJUST EXISTING STORM DRAIN CLEAN 28 22 2 EA $ 1,300.00 $ 2,600,00 OUT TO FINISHED GRADE. ADJUST EXISTING WATER MANHOLE TO 1 c 1,300.001,300.00 29 23 EA S FINISHED GRADE. REMOVE AND RECONSTRUCT LOCAL DEPRESSION PER HESTD.PLAN 301 AND 33.00 2,310.00 30 24 70 SF S 302.STORM DRAIN GRATE TO REMAIN PROTECTED IN PLACE. • - 1,784,500.00 Total Amount Bid in Figures: C-2.4 LIST OF SUBCONTRACTORS In accordance with Government.Code Section.4104. the Bidder shall set forth the..name and business'address of each subcontractor who will perform work or render service to the bidder on said contract in .an amount in excess,of one-half of one percent of the total bid or'S10.000, whichever is greater..and the portion of the work to'be done by-such subcontractor. Bid Nano and Address of Stole Clan DIR PVIC Dollar ':of Item(s) Subcontractor License Reffigtrition'4 Amount Contract Number 9;l.1_la; NOLBES'T.1NC 35423 A 1000611539 8174,690.110 36.h1 a 7600 ACACIA AVE. GAR/1N GROVE 30 CA 328-11 '6 SMLTHSON ELECTRIC 614.51S C i0 , t93S E~KATELLA AVE l OflQflOiGiQ 513,360.t}0 f1.78n; 'ORANGE:,E' '�2sb7 V S:E TREE SERVICE 2425 N.[3ATAVIA'ST 63.159 (27,C61 $131.323.00 r 'ORANGE,CA 92865 1).19 1000001936' 7-39;0 4ARIOU5 CASE'LAND S RVEN1NG 614 N_ECKt 1CI:T STRtE?T 5411 1.55 10400G1533 $21,650.00 QRANoc,0: ` 28b3 CAL:STRtt'E 375 SQU'Ll.1'Tr STREET 1 100U001 1N3 S95,3Q,(}(} 5,35txa SAN 9ERNARDINO,CA 9:ta 68z38. • By submission of.this proposal,the Bidder certifies: 1. That he. is able to and will perform the balance of-all work which is not covered in the- • above subcontractors listing.. 3; That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. Cam, NONCOLLUSION AFFIDAVIT TO.BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foreaoing is true and correct and that this declaration is executed ona5ios,c2.°2 .at ORANGE CA Date Cur Sraie STEVEN L.MENDOZA . being first duly sworn. deposes and says that he tie is VICE piosinENT of R.I.NOBLE COMPANY the party making the foregoing bid that the bid is not made in the interest of.or on the behalf of.any undisclosed person. partnership.'company. asdriation. 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 hid. 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,or that of any other bidder.or to secure any adyantage against the public body awarding the contract of anyone interested in the proposed contract:that all statements contained in the bid are true:and.further.that the bidder has not.directly or indirectly,submitted his or her bid price or any breakdown thereof.or the contents thereof. or divulged information or data relative thereto. or paid. and w ill not pay fee to any corporation.partnership. company association.organization, bid depository. or to'any member or agent thereof to effectuate a collusive or sham bid. R.I.NOBLE COMPANY Name of Bidder 7 "` Sienature ' Bidd.-./241 STEVEN L.MENDOZA,VICE PRESIDI7NT 15505 IL LINCOLN AVE.,°RANCE,CA 928e5 Addressor Bidder c-4 . . • .... ... . . . . . . :, . • , . . • : 1 ' " • . . ' . , . . , . . , , . . , .. . . . CALIFORNIA ACKNOWLROOMENT CIVIL CODE§.1109- • . . : , . ••, . . . . . . . . . . , .. . . •' . „ . : A nidtaty•public or other officer.codiPleting Ulla teitificateVeritiesOnly,the idehtity of the individual whesigned Me ciddtatient to wild this certificatela attached,and hot:the truthfulness,accuracy,or validity of that document., . ' ' . :. . , . . ... „ . ; .. .• . . : `State of California (-2a4.116E .CoUnty Of - • . .. . j : . . . : 0/0.8/2e2s ,j- b40.Noli,,NOTARY PUBLIC . .. On : - -- - .. : - . :Oefiare.me,,;,, -- - -• ': ; : . -' , .. .. ... , . . , Dole . . - • "hprp Insert Nettie and Title of the Officer . • STEVENE MENDOZA, . • personally appeared : " . . ..... . •.„ NotiteN Of Signerfg . .; whoPrOved to me on the basis of satisfactory evidence be the person )whose.li arne(4):isPiiit subscribed to the within instrument and acknowledged to me thafheliffitWy executed the same in44,46itratoix authorized,papqc4g41,and that by his signature( ) the,instrunient the per$enci),or the entity i - upon behalf of Which the.'perSon(8);aCted,ptectited ihe instrument, • i . I . . . FCertifY under:PENALTY-OF PERJURY under the , . . .. .- - , .. laws of the State Of California that theforegOing . '' ''''' ''':*-=, . .• '-.ibl forni,i ',.',. . .•paragr,aph'i trueand dorreOt. I „ . . ., 1 i. „P.r:aT-ft.:Zr!,-.d. ,?".• .. ,cellwor,-e...v.:1 1 ,. . _ WITNESS my and official seal. 1 s N -''',.,--,''T',O•i Ulm:Expires Cc:114027:i.: , , ..,--....,-.. . , , . •.• -," . . . : ''.• 1 . . . Signature: :: , :. • ' . . •. . Ik • . - • . • • •„ . •.,• Place NOteitySedlandial'.5tamp Above • \‘,._:-. Signature ofNatory pp6iid., :••••• , • •.1 . , ,OPTICiP;IAL Completingthis information can deter alteration of the documentor . , fraudulent reattoChrnehtiof,thiS•formlaan unintended doctiMent. . . : Description otAtti0:iedOecument . Title or Type:pt;t5OdUrnenb. . . ' .... , ' . . . . . • . bocument Date: , . .. . . Number cif.Pages:. . . .. igrte,r(S),Other;Thell Named Above: • Cepecity(ipe)Claimed bySigner(s) . . Signers Name: --- - -- - ' - 'Signers Name:. • • . • . -Otorporate.Officer-.,Title(s) : . ' -• :0'Corporate Office :=-:Title(s) a Partner- 0 Limited 02,General - ' 0 Fartner.-; 0 Limited 0 General • 0,Initividlial - -0 Attothey.in:Fact ' b Individual b.Attorney in Fact ' 'O, ca Trustee ;-ci.Guardian arCons:eiiiotbi 0 Trustee 13 Guardian or Conservator , ....: 0Other: - . . „ , ' oOtner . . ,. Signer is Representing: • : . - - - Signer is Representing:, . . . .. .. . ... ... . . , - .. . .... „ , . . ; ;;'' : , - . ..zroa-,--Eacoz,..- - --. - io. '..--z.,,,ik6„e.,,---•::. ' ' ' . . . . .. . i 2919 NatiAcial Notary'Association • . . . : . . . . . . . .... , . . . ... . . . . . . . .. ... . .. . . UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the,work specified in the contract,known as the I7TH STREET ARTERIAL REHABILITATION (I)(we)(i9 will employ and utilize only qualified persons.as hereinafter defined.to Work in proximity to an electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code. Section,2700.as follows: "Qualified Person: A person who, by reason of experience or instruction. is familiar with the operation to he performed and the ha:ards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements. Public Litilit) Commission orders. and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the.undersigied_ and that the undersigned shall take steps as arc necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. R.J. NOBLE COMPANY Contractor By STEVEN L.MENDOZA, VICE PRESIDENT Title Date: 05/08/2025 C-.5 biSOUALiFICATION QUESTION. AIRE • In aeCor4aftee,tVith Govertintent code Section 10162. gidd'd;.sho.11:.gotiviele,under penalty Or perjufy4.the,tbilowirtgquegtioitrialre C$1101$NAIgE Has the:lliilder; an Officer of the Bader or any employee of:the Bidder who;his'a'proprietary interest in.the Bidder ever been disqualified,removed or otherwise presented,: rolli._644ogoo Or completing a Federal,Stato or local gOVeiliiiietitpfoitteubeeatise or a violation of law regulation? p If the anser i CS explain the circumstances in'the: pd,t•0 toviddd, • . • • . . . . ,...... . , - ....... . . • • . . • . . •, • .„. . . ....... . . .......... " • 1 • • .... Note; this:questionnaire iconstitute •a part of the Proposal..and a signature portion::of the Proposal shall constitute igitAtttr.e of".this titiestiOrinaire,; „ . . CONTPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code.each contractor to whom a public works contract has been awarded shall sign the following certificate. • I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code. and I will comply with such provisions before commencing the performance of the work of this contract. R.I. NOBLE COMPANY Contractor By 67— STEVEN L. MENDOZA.'VICE PRESIDENT Title 05/0812025 Date: c-7 . . BIDDER'S INFORMATION , . , 81PDER.eertities'thatthe following information iStrne and eorreet , R.I.NOBLE COMPANY.' . . Bidder Name 1550 E.LICOLN AVENUE, ! . Business Address ORANGE CA 9286 :City. Sfate Zip ( ) 714 637-B56 ,,steiremendOzagrjnoblecpritpany.corn ',-... ',, 1 ' „ Telephone Number Email Address.' '78290:CLASS:A&C12 State ContraCtOr's License NO. and Class 08/2060, , . :Orkiinal Date issped, 0.$23.1./.2026 piiation Date 1 , The work site was inspected by BRApEN:PORTERo_.: t our office on "N)-1 .'Y'0- • 70'7,5. The fOiloWina are:PierSons,,,firnis,and'eorPorations having a principal interest in this-proposal: , , R.I.::NOSI:EcOlP,ANY A CALEFOFTTA CORPOATIONi: AU$111, ,NI.,CA4VER.PRE.SipliyT I:livF.11'1,,,NiFj.16q46,vta.z p#,SIDENT ..: l' lAcc)113!1,1iEDI,pyt,VIC,g.,:ntESTENT ,. • T:NNIFF,1 NI,VF.GA,,SECRE:I:ARY I. TAMES N.,DUCOTE.C i, 1 , , The undersigned is prepared to satiSf:the' Council of the CitY:of Huntington Beach Of its ahility, finarielallY:pr others se to perform the contra-4 for the proposed:Work; and improvementsin accordance With the ptaitS and specifications set forth. R,J,l'.,;6131.E ojNii,'ANY . Cpmpany,Narne '8ianatur..Of Bi et „ sTEVEZ:L,N:IEND(3ZA.),qc;T,PR.I.-7, Ipt*T Printed or Typed Signature . ., c-li NOTARY CERTIFICATE 8TH MAY Subscribed and sworn to before me this day of -)ol 5 A notary public or other officer completiag. this certificate verifies only the identim of the individual who simed the document. to which this certificate is attached. and not the truthfulness.accuracy,or validity of that document. State of c-"""IA ORANGE. County of On MAY OS,2025 before me. J-DEIONGI-1,NOTARY PUBLIC Month.Day,and Year Insert Name and Title of Notary personally appeared sTEv"N t.-mENDezA Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the personN) whose nameNt is_we subscribed to the w ithin instrument and acknowledged to me that he:.041@xtsfti: executed the same in his; authorized capacity() ).and that by his4IVMhvii(sienaturc0)on the instrument the person(s).or the entity upon behalf of which the persons)acted,executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. AIL J. A. WITNESS my hand and official seal. Nictargti:ce.14CCalfcra :ft?, Orary Cc ur,zy r•K±Ii Ccrt:r.csf.inri 2.2.V:'114 •I Ccr7;^,.Ex:V.1i Ott 28,2027 I , Signature x Sie..n4t'urc of Notary Public (PLACE NOTARY SEAL,AtIOVE) DEIONG11 C-9 r E 1., :. Bidder's.Fero ject:Histor ' , For the,,purposes:of':this;°project« the bidder shall, prcosride•.project,'h star .of similar '. ork, . ' E i. speeif icall)'referencing tli+e construction U.t'Arterial Reliabilitatiori'Protects w tti.,iii. and gutter : • sidewalk;,curb acc ss,`ramps' cold'MI and•:pverla _and• deep lifts.' Bidder-are encouraged to submit supplemei tat relevant project history in.'addition to the projects listed here n: • • • . Listed below arethe names address and telephone numbers,tcar three public agencies for shich the bidder.has,performed'similar s ork within the pas(live)ears,. r. .I,.; • eir OF GARDEN GROVE,11223 ACACIAPARI.'%VAY,,GARprN GROVE:.C,. 2842.', _, .. Haim and Address of Public Agent:i" • ' LTi. 10,,i":cii'rauiiog xzy:arg:.7,ia-ai',.. Name and Tele honeI No of Pro ect Manager, '51„2.i3 s.au, � €�slu�Eti°�ri.el:�lii:�iitil�'�•,��Iati '� ��i�za; • ; Contract:AmounC : Type of`Work' Date Completed '_' :.Provide additional.project desc ipuon;to.show similar*ork.. T'I2,ArFlCeONT$to.L,$. l.A1 it C.,COI.IDMI cIi.A S.14i.S.•SLURR]SCAL.AI&IP4:';1'I1ll.C{ ' 0110N .LAC _ ' : :AL?., .1*vTII.ITII:S:STRIPING AO PRGI°lI OGRM?I1II G -1,. LI i I i*;1,.7UP:'CAIN,:V'ALL'E3',10204►,SLA.'r0.1i.VE1 UE;E('�U\T.i\VALL LY:.CA�92 7Q0, j Name;and•Addrecof'Public Ageilc N ,e'an4 Telep3ione NO.,,of"Project:MManager:. ., �TAriA t7 F. at6itY'iatanatesnot fount'�rz�'atEty.rerg 714$93- St,t58;$2I;5fi ' i2LHAEII:iT'All'o .A.N•p' ksviiti:CIWG : -- IUN 2 24: . Contract;.Amount Ty}e o ti r . , . . Date C4fitplete'i Provide:additional project' escriptionto:show.semilarwort+ '' Coin PLANE,hC.OVERLAI:SLURRY SEAL.CONCRETES i1USE Gill IT1:S.:i RUE REMOVAL,STRiPISSG,`t'RAP•'EIC CO:111tOL j ' : cr:f..!`;t7]:;CiPRESS 2.7.5;OF1ANG ii....YPRESS.•CA 630;'.. I Name and'A' ddress of Public A`genc.°" . . _ g . KEVI\CHIN ASSSICIAT`h risGti4;Ell:.,.. ' ' Whit. 4-Pre 0.nrg,7Ih=229,673�J.. . 'dame aiid Telephone'�bo;:'cit Proaeet vlariaer. :. SI;a97;65Y:Q. :1tESitattsi1%AL 513iFI;"t'ItC$UI I°AC1;�G•`", IliNE 2U2.4 . Corittaet Amount ' vpe,ofWork . Date'completed` . • Prouitle"additional''pi tact:description•Icy-show similar wotl:: . .- ii,it,CtiN'TR?I.q CRACK SEALING•AiyitU'ST 1JT11.3TIES.SI.LURICi SErAt,:MICRO Mit;1.,,St'1 UPiNN'G,'I ONV AC ANp,:',t IU IMVI . .. Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager.and Superintendent. For each of these critical positions;please list.at least three projects for which the critical staff has performed similar work within the last live years. These projects do not have to be under the employment of the bidderof this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed.herein. RYAN OVERMAN 1. Name of proposed Project Manager 714-637-1539 Telephone No.of proposed Project Manager: Project.No.240:320001(GT229).Residential Roadway Rehabilitation Project•City Quadrant,03 57.8/8,077:20 CITY OF FOUNTAIN VALLEY,10200 Slater Avunue,hiuntain Valley,CA,92708 05123/2023 Project Name& Contract.Amount Type of Work Date Completed ASSOCIATED ROAD STREET I MPTS$688.685.00 CITY OE FULLERTON 303 WEST COMMONWEALTH AVE.,FULLERTON,CA 92832 .09/27/2023 Project Name& Contract Amount Type of Work Date Completed STREET I MPTS FOR F.DWA RDS STREET FROM WESTMINSTER BLVD TO TRASK AVE 5676.694_00 CITY OF WESTMINSTER,8200 WESTMINSTER BLVD.,WESTMINSTER.CA•92683 01126/2024 Project Name& Contract Amount Type of Work Date Completed 7. C1IUCR SPIERS.GENERAL SUPERINTENDENT Name of proposed Superintendent 714-637-1550 Telephone No.of proposed Superintendent: Chapman Avenue Resurfacing from Springdale Street to Western Avenue S4.185.570.00 ITY OF GARDEN GROVE.11222 ACACIA PARKWAY,GARDEN GROVE,CA 92848 09/11/2023 Project Name& Contract Amount Type of Wotk Date Completed 2023-2024 Annual Pavement Rehabilitation-Project S1,363,330,00 CITY OF BUENA PARK,f‘fifl BEACH ii1.1/1.).141:ENA VARK,CA 90622 0813012024 Project Name &Contract Amount Type of Work Date Completed MELINDA.ROAD PAVEMENT REHABILITATION S976,854.14 CITY OF MISSION VIM,200 CIVIC CENTER,MISSION VIEJO,CA 92691 19/24/2923 Project Name&Contract Amount Type of Work Date Completed _ - - .. k 1 CONTRACTORCONTIkAtT0ItREGISTRATION WIT}L CAL.W `O IA•:DEPARTMENT . O •F:IN•DU•STRIA:L RELA.T`IO S.(I}IR)CE.R 'IFICATE' i Pursuant:to SB s5a(citing Labor:Code Section I771.l(a)).psed by the°"California State•Senate , . inJune?0.?014.established'anecvpublicworks.0 cotitractt rRegistra ionPro raist.'r;Iiichh'requires:' . .all.contractors:and subcontractors bidding and performing .tyork ion Public Wor s' Projects to: • : register;on an annuat batsis;(each"July t.•t rough June�30 state•fiscal eairl:with" lie 4C'aliferri . 'ta; : 'Department:of Industrial Relations(DIR) Currently'the annualnon,refstridable registration tee for, • ' :Contractors is,: 400: Eachi.contractor'to;whom a,public woks contract;has been'awarded shalt" . ' sign the foltosingcertifcatc. • . DIR FACT Sl-IEET on'5B-85=I :, limps:€tw w.dir'.ca aov/ tibilc-wsor ublicWori srl3854 htini:. : _p , DIR'scContractor.Registration link-Call (834)52?-6734- ( liana:.>'wwx c:dir ca,gc�w-=pabik-tw"or s e ibtrac€nr-reeitratinnlat°bl.:. . i :IaIR:'s,t~o traictor:Registratiiiri,searchable"database;.. ' . . .. https;fir clir:secui for:e.roni`ContracrorSearch I writ aware:aiid£w°ill comply. °ith the�provis ons:of Labor C die$ection 1771:1{a)which stag ,. "A contractor:or:subicaiitractor shall not be quai'if ed to bid on be Listed.in a brd proposal. : subject to the,requirements of Section 41 ,'of the'P iblic Coritract.`Code:or engage in:the:. performance cif any contract for'publrc wworl.,'as,defined in this chapter,"unless currently . : . registered and qualtfied,:to perform public"work pursuant to Section 172'3:5 rlt is no a; violation ofthss section for an unregistered contractor to sr:bniit a bid that-is:authoriz l.b)i' Section;7029r I;of'the;Business=.and`Professions.Code.or>.b y Sec ii .(0( or:2O.1;03 5.+of , .; the. Public Contract'Code, provided t•he contractor is;registered to perform public.nark pursuant tip.Sectionf.172),5 at, ie,,time'tlie contract is'awvarded,.` I=huthemiore,will co platy.pros idirig proof of registration With'DIR;;as`the primary'"contractor ... as well as f`or:A LL subcontractors at the'titti of submitting the bids . . It.j..N, 7BLE:"COMPANY contractor {Y�qg� H • �] -. sfcvti-ii idiiz rsutrtccampany cpin • ;- f Email: • SitiA•12 5 Title' ;Pate: • -PWC Registration " ia�oa+ ��s _, y. Ct2 3 6/14122,1:32 PM httpaJ/cadvsecure.focce.cam/CQritrastorSearchlPriniRegDetaiis Contractor Information Registration History i Legal Entity Name Effective Date Expiration Date RJ.NOBLE COMPANY ___._.._ Legal Entity'tjpe 6/7/2018 6/30/2019 Corporation _. __ Status 518/2017 6/30/2018 Active Registration Number 6/16/2016 6/30/2017 1000004235 Registration effective date 6/16/2015 6/30/20116 7/1/2022 _., _. ...._.�. Registration expiration date 1.2/22/2014 6/30/2015 6130/2025 Mailing Address 7/1/2019 6/30/2022 P.O.BOX 620 ORANGE 92856 CA United States... Physical Address 7/1/2022 6/30/2025 15505 E LINCOLN AVE ORANGE 92865 CA Unit... .__... Email Address Trade Name/DBA RJ.NOBLE COMPANY License Numbers) CSLB:782908 Legal Entity Information Corporation Number: Federal Employment Identification Number. President Name: Austin M.Carver Vice President Name: Kasondra C.Gonzalez Treasurer Name: James N.Ducote Secretary Name: Steven L Mendoza CEO Name: Austin M.Carver e a Agent of Service Name: ( AUSTIN M.CARVER • Agent of Service Mailing Address: 15505 E.Uncoin Avenue Orange 92865 CA United States of America Workers Compensation tatps://caitsecureforce.com/ContractorSearcli/PrintRagDetails 1/2 11 6ti4/22,11:32 PM t ttpsJlcadir secure force:camtCcnlrectateaarth/PrmtRegDetafls Do you leaseemployees No through Professional 1 Employer Organization. OEM?: Please provide'your current workers • compensation:insurance information below: PEO PEO PEO. PEOlnformationName PhOne Ethail Insured by Carrier i Policy Holder Name�l2J:NOBLE COMPANYlnsurance Car rier< Travelers Property Casualty Company ofAmericaPoliciNumber,UB- N939386=21 2_5 '1! inception;date:71112021EXpiiatiOrt Date:71i/2o2• i. . p3 "2ittpsJlpadirsecure.forte.com!ccmtra+toiS air tPririfRegDetai1s CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a 0 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address.dam of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a 1 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed.a brief description o f Tile nature of the claim,the court in which the case%vas filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.) 3. How many times in the last five years has CalOSHA cited and assessed penalties against your firm for any "serious.""willful"or 0 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it. 4. How many times during the last five years,has your firm been required to -fS, pay back wages and/or penalties related to state orfecleral prevailing wage 0 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name.date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. 'pending"or,if resched.a brief description of the resolution].) Western Surety company BID BOND (Percentage) Bond Number: N/A • KNOW ALL PERSONS BY THESE PRESENTS,That we R. J. Noble Company of Orange, CA. , hereinafter referred to as the Principal, and Western Surety Company as Surety,are held and firmly bound unto City of Huntington Beach, CA. erciaeuf hereinafter referred to as the Obligee, in the sum of emot e A U,t ict ( 10 %) percent of the greatest amount bid, for the payment of which we bind ourselves, our legal representatives, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for 17th STREET ARTERIAL REHABILITATION/ INVITATION#: CC-1771 NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee'may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 28th day of April 2025 R. J. Noble Companyl/��� � (Principal) 0' By X Print Name: STEVEN L. MENDOZA, VICE PlgSeSENT Western Surety Company (Surety By 1 — (-Seal) Kelly Vincent, Attorney-in-Fact Form F5876 • CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of ORANGE 04/29/2025 J. DEIONGH,NOTARY PUBLIC On before me, Date Here Insert Name and Title of the Officer personally appeared STEVEN L. MENDOZA Name )of Signer(9 who proved to me on the basis of satisfactory evidence to be the persont)whose name() is/Sire subscribed to the within instrument and acknowledged to me that heigitAl§ty executed the same in hisUailtrietiX authorized capacity(, and that by his #tli4PF signature()on the instrument the personp), or the entity upon behalf of which the person()acted, executed the instrument. I certify under PENALTY OF PERJURY under the j,DEIONGH laws of the State of California that the foregoing Notary Public California Y` S ••w, • Prange County 468114 paragraph is true and correct. A • commission act 28:2027 ; �;: comm.Expires ,... ., WITNESS my hand and official seal. Signature Place Notary Seal and/or Stamp Above Si ature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner— ❑ Limited 0 General 0 Partner— 0 Limited ❑ General ❑ Individual 0 Attorney in Fact ❑ Individual 0 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator 0 Trustee 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California • } County of Orange } Or ,' -, G210a before me, Susan E. Morales, Notary Public (Here insert name and title of the officer) personally appeared Kelly Vincent who proved to me on the basis of satisfactory evidence to be the person{sj whose name) isfaie subscribed to the within instrument and acknowledged to me that ie/she/thcy executed the same in his/her/thcir authorized capacity(ies), and that by hts/herftheir 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. SUSAN E. MORALES m WITNESS my hand and official seal. U .;; „ :. COMM.#2444309 --I I— ' :S'.i, NOTARY PUBLIC-CALIFORNIA 0 UJ ORANGE COUNTY —a CX( �� I MY COMM.Expires April 14,2027 Jt! 1 � � ! 4p-p-�. Notary Public Signature (Notary Public Seal) ♦ ♦ • ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OFT E ATTACH DOCUMENT if needed,should be completed and attached to the document.Acknolwedgents from / other states may be completed for documents being sent to that state so long as the /y iA re IN ( ' wording does not require the California notary to violate California notary law. (Tltl r escrip• n of attached do4 ment) • State and County information must be the State and County where the document IJJ� signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. 2f,02 5_ • The notary public must print his or her name as it appears within his or her Number of Pages / Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/they;-is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. • ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. 0 Attorney-in-Fact Additional information is not required but could help to ensure this 0 Trustee(s) acknowledgment is not misused or attached to a different document. Other •• Indicate title or type of attached document,number of pages and date. ❑ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). _015 Version t•,ww Notar'yClasses.com 8Up-8 3-98b5 • Securely attach this document to the signed document with a staple. Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint David S Jacobson,Kelly Vincent,Individually of Anaheim,CA,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - a,rd to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, puusuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By-Laws and Resolutions printed at the bottom of this page,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 29th day of July,2024. sT ' WESTERN SURETY COMPANY /401re— — IVA C?:61-.7 Lary Kasten,Vice President State of South Dakota County of Minnehaha ss On this 29th day of July,2024,before me personally came Larry Kasten,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires f M.BENT i NOTARY PUBLIC + 64Itt March 2,2026 S SOUTH tiucorA�I M.Bent,Notary Public CERTIFICATE I,Paula Kolsrud,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law and Resolutions of the corporatio i printed.elow this certificate are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this Chi dayt ;�„ IT�o WESTERN SURETY COMPANY oon,Dow Paula Kolsrud,Assistant Secretary Authorizing By-Laws and Resolutions ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds,policies,undertakings,Powers of Attorney,or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,and Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. This Power of Attorney is signed by Larry Kasten,Vice President,who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Western Surety Company_ This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27t°day of April,2022: "RESOLVED:That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic-formatted corporate seal,each to be considered the act and deed of the Company." Go to www.cnasuretv.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Form F4280-6-2023 _ q, t *,it,.3_Ya..•r-,,,".t„�.,,,,,.. _-t. mod;+::ojxt rr.'.` �:..� ,..s.. I • 4'� j`4� ' i�L h dk x S a k '+Y L x ° ° .j. _; : - �s'.� i', 'fir„"'. • d� ° , `, ; •y1 � r• t ,#q' ,[y1 t *,y ,.e tfw`o 'i -t + •e^ • .� is 3�{trz + zr ,c at * BJNoBLE3 a 4 $ �� F:,I Company. ',1 •: j ° ' q •;I ENGINEERING CONTRACTORS �+ � 'i .j 15505 E.LINCOLN AVENUE(714)•P.O.637-1 BOX550 620,ORANGE,CA 92856 - ;. .n as a4 }I TO: 4 '` I vt,; ; ° '• I CITY OF HUNTINGTON BEACH y 4t,t *' 2000 MAIN STREET HUNTINGTON BEACH,CA 92648 'I -.. 7p it '.ark' tlr. va' P Sr i,T � i SD I 4 aM:: OFFICIAL BID SECURITY DO NOT OPEN a s t PROJECT:17TH STREET ARTERIAL REHABILITATION CC#1771 t IV Y r , a BID DATE:05/08/2025 wrt i y , , • BID TIME:10:00AM p ��M v ¢ i isx r H , T �fit�b,.'. �Y � �j ' { 2i e. - �_,.�.,_..A...� ._.,�•„ "�,t 'F J .,kat�s n� t�: ,. ` , ,r: . y� vf�,•j; �Ji�� TIN6T� CITY OF ) ff. tr,'°��'••••'?�F : ` _ '``9= HUNTINGTON BEACH „3, _ c�UUNTY�P�\i��l Lisa Lane Barnes I City Clerk January 14, 2025 Vido Samarzich, Inc. 515 Cabrillo Park Dr., Suite 315 Santa Ana, CA 92701 RE: FY 24/25 Arterial Rehabilitation Project—CC-1771 Enclosed please find your original bid bond for CC No. 1771. Sincerely, iitra4te. 04-K /4' Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov SaMelvki • •", • ., • SECTIONC . • ..„ .• if. fecthe;eonstraettort .1731.1$1'..110.T.OTETt,,MAE04.WitittATION 0.C.:N6:,./17•74 CITY OF HUNTING,T()N'BEACII TO THF TION, 14A. • :till-. 114Ai7.0.1t AND, ‘:MEIVIPERS PlE1 klf'; •. •. ,•• • •• • • Iri-edni01idritowiihitiiNotidorivitirtiEucTRomatiids the:undersigned t hereby proposes wpr.1(01preitt.000i1;0,.41d,'Io,:i'uthi*A111615.tiktriitOiali:;0.cipipoit?,0.0 • • „ ,,...,•• itioitiotiautatiet:istea§sarylhoOomii-awavoi*k.th *tii,'41140aii4166sottill&it,tithe: •Pftlee:Of theCity Engineer orthe City of I luntinuton Reach. The undersigned agrees to perform •, the work therein to the satislaclion of and under the supervision of the City Engineer of the City ,OfFiqiitit,igok**1104;i0..4n19,0)-ii9;a;,confrapiia:(;,fht::17411(1..winglyits; IlWt.itdet.§.1giitdagrees complete • ,• .„.. „.„,.• [311)DER declares'that this proposal ta.based:,:apoti eareful-ekanthatOtr. the,work site, plans, # 0,t7,00.fit*It4trOticii*Z'46 Bidders and 44Att .40.19r.p;Orad, di)4000*'•,. If this proposal is APPPP:t4fPrAw,arc.1,:otoN'RAgre:ogfteiterihtd,'Ai:OhttaPt*ithApENoyaflif0::,-0k4ii014** sum prices set frthin the tbllowing E3kl Schedule. 'i.1311.5„Mqp04-.9*.a114§;:thfAlfaifurp•:to.enter into 0S:OPtitraet.:Jhtltepaptterltpd:tipigprospritv,d,wit) result in Iortiture to AGENCY of the guaranty accompanying this proposal. 131) . • tmderst4tia,m4twhid.,is::itquired fce:4.,,e p work, that 419,/estimated luafltities set loith in the Bid Schedule are solely ibr the purpose oteornparing bids and that;thiattohiptitgatibh - ,..phdprciiieontraci-vviitiv':6astd-ppon-the,AotuAi.ciotti!.poTof;wok.:*.of4oxon:vcootot4::THE kGEt4cY•RESERWS'THE.R161-ITIO'bEaTRANY•ITEM t740g',:fift CONTRACT. It •:4004:0401;Itplt;.aadloi:Iamp:sumpriees,;hid include nil.appurtdrialit,:eqiroktos,o ;f oy,41.0.• Ices. etC.,,'.aft&i,vitrbettiataftteed for a period of'Ol#4daksi-..frOi*f40.-KO0004000.time the contract is not awarded, the AGENCY viil reject all bids and will rcadvertisc the project.If at such • ' .,11111*ggs-0,;pf,distfoganis in the amounts unit prices goy* 4:100, 001-.00.,:oifoofg,and words shall govern over figures. .„, , „.,.. „ •,,, 1.; . . ...„.„, ..„ . . .„. „.. . „ „ .. If gikarkd the 00.110.4.p.4['.1041.0-14640gTietf7avddelta4 in the t.VOft.`tir the pippER's,.!,goriio,k in '6X0-411*tift,,,'.fequited,'ecifitia.6t aiiif filling,theiiee6i6ripbonds;and,insuratiopxotifipAtes withirP10• working days After itioIl*,:.ottho.A0. Ntrg:tiqie,.6'04**40f*01104010 the BlDDER the proceeds ofT the'security accompanying tliis bid shall become the jn operty of the AGENCY and ..• thi§:tildfdifd the.4.600.400:h044#14**404:NcT !s5litic111410:,c9nAgl.P,rgct.1-iiiit,an'a.y..Q1.4::, idioriota) Accompanyingthis proposal ofbid,find Bidder Bond .itliheamowitofbicr6tlidfiritwhich 0,414:4100t,•:144*§44p1,f,c)%i'pf f6g,A$Ocgatp.}ofthie,totM bid price, ds:toriiit4 Inviting ELECIRON1.013j.h....•340,44to t9 th AQENCY (11q00, the words "ceittifitd.ClieW,Vtil3id:der's Oile5td8^<>;:itiay;i303::Ahy standard Scifay Bid .116nd*citiitiacqpitabid, • 13iadetAtall: igticfs4tecOiOt:6 ,411,,A4401400i61V • Addenda No Date Received • „. . BIdder's . . . . . . . _ . ......... , •• - _ . „... . . , . . . _ „ .. _ : .-• . ....„„ . . „,... , . tt. 1 i; 11 !,. i ii 1:71TH:',STMET (PALM AVE ',VAN::$',. '..t44.:017.71 .. ..iiii.INEPT opscHEDutx.. EtliG:-.20400*,':--,,- ,,,',, -- ,.. ;,.',?.,„.•:.,:,,,,,.k,,-?,...':...:1,-,;.,:,..-..v.,..,I.,,,,,,,.,-,..2,..,:,,,:::t:...,';'4.... 0iitt'i0e ,•I.:;;,,.$,:;-:;',44..1t;:::?Z' ''':" , Extended'Y P. ' No No -,i-,,i,,.*.Z,, ,A:'.,.,,,,,,,, ptitierli)tiOil,--, "''',.:;'‘'::: :;'',-,,V,I.,-',:cltiOrligit '(4111t ',,,;.,' "; Pfl01*-,,,;,;',q-;-i-•'' :-:-,,Aiiiii44t;,..... !, ,1 • . ---).,; , M.0,-01ilit,(64 'I -1,S.- $ 68,000.00 $ 68,000.00 .. i .,., . . . .„ - - ---- - ' - -.; - -; • - ,. , . . .... „. !;/ • ''..2- ' . •.'. ,TRAFF:It.-„CONTROLPLAR 4. ;L:8-,, v 3,500.00. , , $ ., .3,509.00 , : .. ... .... , ..., ,, . ...., . . . . .. .:. „.-..::.:. "-.- .. . . „ _ ........... , . . . .. , .. . . ,. ..„..,„ ., „.,. 3 '.', : :1,1i'l. :FURNISH PROJECTIRAFF.pg9NTR(4., ,.,.... ..,.. , 1 . it..:8 $ 38,000.00._ .., $ 38,909.00 . .; . . . . . .., ,. . - . • •.- .- :• .-„v.:.• ..:..t,. ..„ ..... „ . .. . . . .. . .... .. .. ..,., FORNI01.,ANDINSTALL'PRQ:.1Ear , , .E.4. -,..... 2,500.00 ., $ 5,000.00 , • - INFpRmATiptl-saw: , . . ,.. ...., „ . . , . ... „ ....,,... .... .,. . ...... , .. „„ . .. . .. ...... . ., .. , . ll , F.1,:tkmtp(t;... NOtc,isTALL,S,IGNINdfANa it. i'., :..'t _125,000.00. $ 125,000.00 .. ... . . . . . .. ....,.. ,... .. „. ... . — „ -. .„,. ,P.R9jgp,T::q;..,E0Fic,],v.v0.0koiyAt,ER ..q ,..,-, (3.0.4(0.10N.0010,0. PLAN)TO .' :E6; .1,509.90 ,, 1,500.00 • , i• '!„..-- Ab,i*E0, -;.06N§f01)GT:10.406iti1:5. .„ ..... ..„,„,,.„.,„....„.., . ., .. ., : :.„. .. .,,... ... . i; ......__... ..,.. .,.. . . INSTALL•ANEYMAINTAIWCONSTRUCTION : , -ri .1, $' 3,500.00 $. 3,500.00 BMR'SPER:AppRQVDPqPi,1 i' .. . . „ .„.. ..........,„ .„. , , FiEmoygi- EA140..;Rop,T,p,;pF{IVT.Rg sT.00F:i.:ANb:106f0T0 2-4.!.' OaPW".TO • 'n • ,- tiK6iitiLiivAtkidikAbt 0.6t1 bat:ALL 33 EA,., $i 1,209.00 ,'$; _39,600.00 Of§ 9•• :. ' R0,- WiTH,0,0000§0. .,.,„.„. ... , . ,. .•,... „ 11000V.44FNTs..,,1424,0AOKF.4. 3,5. ;,. i*.goRp..0 TO.;;twqc.14:0:41,10,0kA:b8'.,: . . . . ...... . .. . .. .. , . smvp,J.Tmclit .EmoyE-posTiNg.,,: —.2.--:,, ' • ••••• - - • : ••. • ' — 0..)twAt.k..Att>ct$TING TREE LOCATION' [ . A10•0,0fiOfkbO'f .',.*. til..;99,i1117; $10.010/1.±1,Wpf,i7ig bl-D.OLAN'733i'AND .. „ .. ., 9 i - pE,I,A11:,'AON.OHEE:17'5 .(ITEIVIINCLUDES', ' i:-; , 2,509.00 ' ;, 20,000.00 - ' - REMOVAL C.FiSIDEWALIapF OF„'NgW . . liaEWALK:,N.QN;CHEMICALWEE.6: CONTROL BARRIERTQ B :DuE--.,pl‘ r ,.._ .„ .. .LANDSCAPEMAX'.6,k,"oprwygp:;p4y4,,.. AND . . , ..-.. ...,. _ ... ... „. - . - .„ • , 1, . . . .. ., .., . . . . „.. „..„... . . ..,. ,. 1, F , i . ! .... , - . .. , . . i' ,,, ,• itotm.Ect280.,-sb.)-(ectot. .- . .E4itgriird••:•••1•,, • id „.::„. • , :.; =,•2:- Price Amunt , . •.... „ , •„ .„ . ....... •• , NaNIOIAND.PLANT.NEW:24' BOXi ...< .STRAWBERRY.TREE:-ARBUTUS ED PER.HB:STDPIAN§11:4 gON. • STRAWBERRY (iNt0.6 • PPHOTR,,P.thiNS7--iliSp§..,,,.7.1 74.44 719 AS WispkO:L.'0$400'0 INCLUDES EXISTING LANDSCAPE AND 36 Ek, 75,600.00 "t•:. o•ATION REMOVAL TO : „ „.„• „ ACCOMMODATE NEW REPLACEMENT OFIkRIGATiON;;IN •BA•QKFIL,LNp.:WITHts‘SAT9?-:SOIL..., ANO:: ‘•!-:QP)\11)1,;',004-4.11)41.07. 4,ATIOWOF .AksORrGARO::0,k,''0.0110.'i.E0 :41.1)-A1-;.1\TTHE BASE OF THE NEW TREE) - • f!: •REMOVE AND • 16 00 $ 99,200.00 • PER HaisTaRLAN 207.!: .„ . . GRIND EXISTING CONCRETE'TO MAKE FLUSH''.;:witi2f. A__1?.,4011 _110:',OPNOeTg,.]PAToki 400.00 1„.600.pg.. CONCRETE AS NECESSARY • REMoveAND;RECONSTRuar'epRO:pmD, „ . ouTT.FReE13,1-1,Ei.STPOLNN2g2•YND DETAIL S:a1--SHET'.5,';Kr,-----.'61;,(IT:E0 • 1,700 IF 90,00.... ..153,000.00, 11‘00oga:'pmp:,:gorpomONT:AN4 ....... LOI,PRAIN.1 REmovEMPH4rcuRA:ANO 4„ . 1O . ` BO LE 90.00 7,200.0oPi0; 5(4440?;(0,'0) 0*:14010)E CMB,SLOT pANEmp).(..riAN.412.(01"..:.pfyoN) . „. ••• ApviovE,ANP- cciNgiRpOT."CONCRETE. ,.. • puFtivANO:•PROSS:OUTTER-PEIVHS:ST11... PLAN:205-:(INCLUDESCURE3'-SDRE ,! : ' PAN LS t3.0.0. SF $.• 45.00 t, 58,500.00 ••• TRANSITIONS; si..pTFAvaisNT:.?„.cfv.4 •AND ALLITEMS NECESSARY TO 1;: COMPLETE THE• . .• . „ . . „. I ,1 1'7TH 1"RIF (PALMAVE'-:tilAIN ., PROJECT SCHEDULE , ,. . .. ,.... .. .......... :, „.„ . , „ . ..„, .. , . •; • , 01,if.;,?,:..--000:-,,,,,, , ,•,:-:.;,',.- .0..:;;-.,„,-;,::,:,';'.y.•',;-..i--,--,,.P, :::-::-,'':',-,:;,..tY,, :::: -..:-,,,:';':"‘‘, 001.4.0.4•1.:-,:o'..".' ::".•, ',64iiit',,,, .''- 1 ,'" 4461100tr <-.--;-00,4=.,.„-',, 04:,'-,: :4:Vqg,',';`:::::',.,'N'-':.06$0200.69 ;.----:4:.,,,--,2;,`:`,A,.,,1„,Aifttptgy:" Unit ','-',' "-'4iR:ricP''''''.';'1 ' -, I:. ' -.-'.••Aktotillt . : . .... ,„.„...... ,..• ..„... ..,..,.„... ...„; , ...,... „,. .. , . ,'. . R.Em.p.X.ANp..qpN5Tiw,Q.T.CURB ACCESS ' • - , - RAMP, DEPRESSED CURB,AND GUTTER ! ` ' -OfEkOALTRANS-.S1711PLAN.R$p.j.A8,8A, • . . FROM:-.SCRICXECF.1;,(CASE SHOWN ON piz419). (INoxoE4,41,.:APPORTENANPE.0,-, CURB GUTTER, .4 -L'A. -0 15 000.00 $: 60,000.00_, SIDEWALK,DOMES,RETAININGC,UR ', --, -- - -: • -- •- I! , 0.-Rk.:50:rie.0..qME10,, 10),"4.1;.Lrrum Rc34,1vA,E,P.13.Tp.,,Elc RNEbESSARYTta COMPLIEIHEWORKIN:PLACE.- DISTOREEEY.LANDSCAPEULIST.BE .: , . REPLACEDINAND4 Im,icAt.10'pEpONST.Ruar,MODIFIED RESICENtIALALLEYAPPROAPH,PER HS , STC:.'ptAN1:o7:AND:209CONSTRUCT :,...... ,..„, HALPDRIVEWAY"ATAllmE. N.y,,POR' • , : ,• 17 . 11, PLAN).1INCLUDESALL DEPRESSED CURS ' $ (1 :or'' *:. .45.00 .. ., $:„ . 25,200.00.„. 8e,PPTTER ON.$11701g190.1Nq RE.TAININd, ,..., .. . .„ . .., _..., . . . ALL .. . . . .60;zb.,,-'1*ot PAVE, ,AND AIT, AAS,;.1 . , Ngc, sARYT.O...p.pM0.1,0*THRWOOK.IN I . 15C,ACE)If. • , . . • - - RpyigitgANp•RPQN$TRUCT:' -. • ,, o'c5i*EROJAL:i)RIVEWAYAPPROACH PER. [ H.5,,,ETD:-.PLAN:211...PONETRupTHAL.F., • DRIVEWAYATA7Ime,:.(1,N;PER PLAN) i '18 : '12: (INpLoDE ,.:ALL-,pgpfit$ 0eL.IRB& - -54.00 .SF :'P . 40.00... ..: $"! . 216,000.op..., p 0 wr,T.ER;ot.4,sirg":.OLENQ0p,:.f. TAININg i 1 r c,p,10i;"-$,Ot,FAyE,AN'D„ALi...,,r.rrkil$, ... ,, rztr!..TQ-'00,MPLETETHEWORK'IN. . , 17,imoy ;a).(ISTINQA.Q..ANDA13-.• FW.EMENT,Ta.ifvbEF.TH T OF 0:88!••AFTp!, 00Lb...-1\414.y., ONSTRUCrNEW'W33'54•PG. ...,,,„. ,1.6.• - IT 704Q,A.C:EAEE'OuRsE.OvEt05:yo 1i$00.'TN "$:, 197.00 : $: 295,500.00. COMPACTEDISUBbRADE PRIOR .! PLACING.TptrARHIvv i:Efiff‘ EQ-00RO: ,... . ... . „ .. . : i• OVERLAY', - ' „ . ..... . „ ..... .•• . . . . •...... • , . •.... .,... . , ---.... •• • COLOMILL,.: (ISTINpA:C..PAVEIVIENT::Tp _ r'"" "- , : : - •-• " ' '- ' " • • '• 46:: -1;‘4 DEPTH;OF.0.4.7,,:FROM peig.INO, „„ ...„.- .., .„• ..„,• • v - - - - - 119i00.0, SF .:$.:. _0.39 .„. t.,, 69,810.00 ... ....... ... . . ...... . . SURFACE ; . . - - ' ..• CONp.TRIxTNEWO:17'ASPHALTRUBBER , . ., i 271 • i.i.i HOT MIX (A-1,3Hh4;:bd;C,PG`64,16)"WET. 1'4o° 'TN. '$ 161.00 $: 386400.00, ..,,,..., ....- , . • . Okbott ,OVERLAY'. ,• .., . , . • — . - . "•- - •Ro‘itowggis:TINOAND"..JFURNI.s.f.):ANp: 1 ..... . , ,.,.. ,.,....... ,:,..„, ,....,...„, :. ",,,,,• -.' INSTAk.vNE...WN„.A..,T,-Ei,.:.i'OF.. .,E.:.....P...„1.„.-4.'.,. AND.,.. . „. ,'S., .'.. .......„..,...„.. 1,5„ 00.00 4,500.00?Z; 45. dOVO;AbJrrtO#0EPONtWb EA $ pLANi.00t- . _ . .. . ..... . .. . . ... .. . .. _. . „_ „ .......... . . ....„.... . .., . . . ._ . 1: , IITH i'STR. er (P.ALIV(AVE:'..,MAN .!Fltg).41c7r...::13,1D.;‘,4CHgpoLg .. 010-,..-R:'.0404 .--",,i-p-,:i?,:s.::,-g,::-A:;.: ••':,,,: .,,_-..,-..;-:-, ', :: :,,..,:• 4::,6,,,•!.k.,':-,.,y. ,,;:tlitite4,t;I,,,',-; 2,1,':;•:,.;;;,;:','.''';';;;;gtiril ,1,1-''' '.,"•;;:''-• ::Ig40:0Itett;;I:'. , ; --;,- •:,"- , ,::;,;;;,;-,.; ,:„,,t'‘,..:, ' -';,:,;;.'4`-', :%;_`'',,4;;:i';`,:',...;';:'''''''', ...,4;;;;;,:?.:.:..;;f-,,,'',;;,,,',1 .;,: • ,‘'N,;,., :.,-,...,:.1,-;;:',.. -:;',,;;;;.",,,;:-,;."...,,,,:•.: ,,,,-.,;,,,;; -;;:::.,,,,; ;,:.,?,;,'&:,,,.,...;', ,'<k:;:,A; : .; ; • ; .340'..,...,..444,:z;,,,,,,,:f.:J:,,••••',1,'A.y,,:,,',:,,,,. aria.6",$,criotiifili.gy::,''%',;;;,--- -..,: ': ,',41pir,44,-Z-1-:U,tilt,, •, '. RgPLAcgW,A7RyAINP:.0QX,.A.SSEmpOi :'1 ..... ....... ...... .. . . ..... . .. .. .. . ..: . .. : 23', . 17 'if..0:117)AD;10.$T1-9.'PJP00e,F1..Hikr,D.... .: ;:-63 tik t' .1,500.00 „„ $ 49,500.00 OLAN.:0'[ :; . ' ... ,. ... ; ; ;.-- •-,.., •-• • • ••• : --- • _ REMOVE • . - """ ' : IRtfAl.A,OprviOotitt stORNI.DRAIN ..:.... . , „ •, • •• 2 ov, _3,000.00 . ;1 $ 6,00900 0 ' 10 IVIANFIOLE'',fRAMEIANIIMIVIPO'Sit' ' , , .. , ; . • ..; ..„,"__.•„. ,.,_.•".:, .., , ,. , COVERAN4...Ap4v§TIqpmt*:PgrvIA st..w,PLAN,..!51: (6):: . . ... . . . . . . RhiloyE;ExisTIN9:1M:.9iRN.i.$H--mt;u, • , . ,. INOALL,,qpiyi}7,..0$11:,Epiiiga,...mANHoLE: , 04.1 - ' 4.9 • riki4110:MOdolytisoW07.009eikAt413.,, -, .. 3 EA.: $ , 3,000.00 : $ .9090.00 AO)4$It(5-,:d.kAot:PER 1-10,§1D,PLAN, 5;18ta ;•,, INSTALL NEWP,ErECT91 ,LOOPapp3 .. . „..., .„ . .„. .. . . crry,,;.a7r.D4ipAR0!:$0Ect4L-piRc5,VtsioNs._ FOkTHCONSIRtICTI6OFTRA0016 ;; 33 EA: $: : 500.00 $: 16,500.00 S.IPNAmmD:149.HTIN.P.: 17p4a;?,..QP.P.,:, ,.. 0.01(2111.-;P0-tg;;OPK1,0,200...IN' ;!. . H ... 0:0LEtic*: ADJUST EXISTING MONUMENT WELL TO 27 21-: FINISHED GRADE EXISTING' :,.2 EA: $ . 1,0.00.00 $I,. 2,000.00 .......,.,,, . 1- 1 . , SURVP(..:MONUMFNT INIpLA0E ,:. , .. .. .. „.. .„ . . . •„ -• , • -- AciaisTrEXiTING'‘,sTO.RivitiRmoroLgAN: ,.:• ••••• :, i EA....,s, . 1,996.00. ...,!s. 2,.000.00 bOrtaFINiSHETGRADE... ,' _ . . ADJUST i EXISTING MANHOLE TO ' ., 29', :.23.: --';-- ; i A.„,$; 1,000.00 't, 1,000.00 ,..„ , • ,• FINISHED GRADE •, • . ..„,.. .. ,.:.:. .,,,, .--.'" - , .... „___. ...• . ....• I! REMOyEANa,RECONSTRua.rop4 ,,, :- • ,--40 2.4 DEPRESPN:Pggft.113:'00. PVC,R11:01,APP .;i.0 SF, • $: 50.00 $: 3,50000. i . `:, .- 3.0?,;q9.131\1:13RP. 03:ATR'TOT.RE.I.Oicti . . .. .. ,.. ..... . 1` .._1 ... ' ; ... • ... - . . „.. . . . . . .- I!! iiciip(Amtiof Blifijii, ri.dojs.f:, .s... ... 1,846,110.00 . , .. .. .,.,. -,,.. ....,.. i; ...... .. „. ... ........ ... ..... . , I; • _ -„ -- __. _ . . . _ 11 . ;., I II I . • ;, ;LIST-.QE SUBCONTRACT:Ogg. ;; :. ..... .„.. .„.: ..._. „ . ._ _ iti'4:000406:,Wifit OP:V....itmi.mt'Co.,d.e.:::8.ecilloii'.2.1.104;,',the:'„Biddet. .1joll',,set.;i:$411 tli.A fiAoje kid,.1)1.1iiiios:44dre of.e4ckAobcOoir4ctorl*.iio*Ill pOttOrmworkor;rcoder-seyvfceio::flieliittiterIcip, said :contract in an amount in•'::ekcess.;Of one-half of tyne;.°.pOrcOilt:-tiff0,0tot bid or $10,0,04i vAieti0..Ofj •00-4041440 tli.d.:10*.4icsif.i.gt,64.-...*,0.1t0.:tc.10.pg:by,such subcontractor Bid,: i.,-::*gorgfitnit,Aditreis.ifit, ;, i' ''Stiii . .41ass, .. ),TR.:,,ryfirc,. poiso:::. ,N:.6f. Items ! . .:$4,b6itititiiiiii.f. ,': ,-., ! License, .Ski$tiiti0*It' Ainouili'' 'tontiyitt ,Nuii.iket. - . . „ . ... . . .„ . ... .. i, Superior Pavement Markings,Inc. C32 , C31 • 5312 5 Cypress St 776306 C61 1000001476 98,500 5.3 i Cypress,CA 90630 ... . „. .„ ' All American Asphalt . , 400 E.Sixth St i i, 19,20,21 Corona,CA 92878-2229 • 267073 A : 1000001051 ; 693,250 I • . .Smithson Electric,Inc. . 1938 E Katella Ave 26 : 614518 C10 1000001610 14:190 - 0.77 Orange,CA 92867 ... . , : II! Kato Landscape,Inc. 10 : 18182 Bushard St , 806122• C27 1000000086 87,000 F 4.7 :I Fountain Valley,CA 92708 . : ;I3 • •• . - ,.. . , , , . . . , .. . ' . r . ,i 1 ........ , , „ , „ . • . . , , 'i , . 1! . : . : . . k . . I ' • r • . , . . : . • '• ; •• , . : ! . , e ' . . . . !! j3)i.., o,bfilikot0y),Of.;:thi*J9.000af,:iliql)icl4Pr‘certifies..:': i 1 .. 1., Iiiatitel -fibleTid'atid wilitkili:fiii the bataii& of all wat.fcAN'ilifc‘ii."&ndf,'covered;to the .. I :41i0Y9M10.0 titt40.Qr§I i$ti ngl, .... Z.;"' The iti-0-',..A.i.OUVVY 'ti,i./iltiliOr•iftwtijhcois,copies of all Otiqpr.iipc*,•gri.Wre,dliti ,p,nd 110.114i' r' t i f u 11 i s h e t 1 I-,,y',- t i b e 0 i t r a d t 0 r f 6 r f 1 i i 4 i e o j t 6,t,: ! ! .... . . . .. .•. .. . . ..... .. . ., .... .. . . , .....,c4. • •80*-61.,1:11 :XON'A. OloAvir.„. . ii0iitElkketri:EDA3. VI3IDDtit AND STIBMITTEDIVITITVD, ". •00-4-0..T.4917-pplaify O'rrp,o)110.y. 01141.0rAlie Inwotiiie§tfito:4.oanfotri iiettintl*fiit,ogoink)0" declaration Santa Ana • .CX . , , .bei C ,.„ . . ,„heing sw.deek„.4pow4t14. 41.44:t li,6,9r-r.gllje Vice President of Vido Samarzich, Inc ,ifie'rity::M041.01te foregoing bid iiik)snptp34dp: 4•:Sitie:.fii.ipresf.4 or on the any mildisdloSed.perOil; partnership, not collusive or 4.0jii,i040'ilas-pptdieatly.-or;iO4frecityl,indkjotoior solicited bidder to put in a false oi sham Ailaiotah0:•:poclfroofly-i0:0•04ttOekix coligkck,00.00#14.1;00#004,4* 40,4 with any bidder o anyone else to put in a sham bid, pr that anyone shall refrain tIom biddmg that the bidder has not in any manner directly or indirectly, sought by agreement, ,communication, 0-gor.1000*ifk4iiyonoo:.fix„:41*.:.;w4tricp; cyllgf4fmvother bjddei., SeOre,.:0m404100..geAs441Stthepuli1io'ib,04,:48v.640t,thb-eblitit4';eitanyone inteiested in the proposed has not,directly or indireetly submhted his oi her bd p1 ice or any breakdown thereoi',or the contents Thereof, ot;divolgo,iinfat-oatioeLtk*Wi*I4t*:''thp706;.;•Or-p44.*d will tee to any ,corporation,partnership,. oontpntm:nssopintipst,,iorganizoion,::01d.4ep.o:siicio4.'-or-....td;ony,:rilthibbf,:ist. .agent thorea, o:offeettiate Vido Samarzich Inc $4041:.0a:'.01 515 CabriH Park Dr Suite 315,Santa Ma CA 92701 Address of B tdder • 1 ....„.. taltAWAGIttuttNT, Vtilli!4:GtoStATOACIT;CAtTOORNIA Gentlemen:Th undei signed hereby promises mid agrees'that in the performance of tijorrk•NNOW in the •: pii.,frOf;,jc**111 as filq-:).7:',0:: `,10EtT-:c41-(irtiOV.,.,11.tilkintrlitgriON())*),(#yW111.: ,• • employ and utilize only 40.11404pi.v04,4*...hoj:010:04:04000.4*kr,9,44.,)Ripr9Otiity,s1Q..'4hy electrical secondary or transmission facilities The term "Qualified Person" is defined in rj itle 8, C4iifoftfa,Adiiirtis'ttativt::[Cdcrd.;Sdffd'fT2700',,A§:fOIk** ;• !0,111tigft:Oerson,,tri i**.i...404'10,4,figdkr.mg440stbe-begg"..d.yin;)00eitl , . . .„ The'undersigned 41§d.,.000..iso-d;,:4no agrees 1bkti all 40:w6.*.: shall be pqr,kole,d'.1A..:4:PcP.rdancP• with prijjc41jte.;:eidetric01•AltitityTompoq's requitoment4;:Tablid Utility Commission orders, • • :and State of •Cal-OSHA The undersigned fwthei piothises and agiee that the provisions.herem shall be and are binding upon'any subcontractor Or,§gba,cmtr:actors.ibal may be vtqine4 or otripfdyod.i4i the undersigiid, and that the undersigned Shall tal steps as tre necessary'fij *1Y s, .,..„ „.. :,*tlbO§htfOtqt':.4f$phcOtih'*.40s,L.*jth.thO,i.*iqirgt.paicl ent's..,cpr4ajnea.hergin ri Viclo;501:0041411Inc - ;Ctra6fo.i.! By ate . _ .N10.0,PtO,Oido.tit ..„. • .„.,• • •• .• • • •• ;• •. 01-.$ ttoNvusyto,N,N.A.IRE imffecOrdaned'.Wliffablibfniiireilfgeide,S6dibii:10162:ilid,ticider§11411.;comlikte, undervenaitytit. '971 .STIPTSIN8I13$ irasth61:1318detVOW:041. 0tAII*,iij040tqt 46.';10:41.0"&e::,OPthq."1:i0cliors.who has 4.,proptla::.‘ 1:1#61*- 430Pitilisquafittd,,:i tridited tje',0t46,f‘i:fie,otd\.!001:04:Acompleting a Federal, State or locM goerr1ment . proj.'0.4,,,,,b„c•c.44ap:••pfa violation of law or a safety • :4"Ye$:...: ..•.. " • ...„ . „ . " .• .„ ...„ . . . . „ • • „ .. . .. .......... •••• - • . .... .... „„ . „ . . . . . . . . . ........ . • . _ ........ „.. ...... .. „ . . . „„ • •• ..„. _ ..„ ... ...... . _ ....... ... . .... ..... . .„.. • ..„ • " . ..... „.. , . . . . . ....„ „. . ........ . . . . . „. •• . . . ..... . ......• • . .. • . . .. .„ 1.• itU&es pat 4na notilrg.qp-ortiOn fthe 1‘ • • • COMPENSATION INSURANCE 1osti**i$00011.110 pftlj`6S0,t4tab,ort,Qcrem6,11 toritraefor fovhbityAoliSifoi woil4 0000 beewav/400440fif:siin;100-01,W*4,i,g,, 6,ttle,-,*:,:, 1 am aware of the Ofp:040:0',of Section 3700.V the;„I ahor Code which rptittirp,-ey. ty,„ employer to be insured against iliphilitif6r,voei.v4stupoosatioh bt!to undertake elf- muiance in Odotdaht6:1ivith the provisions of that code and I will 04*s), sch ibt:porfigrogope-attwv,03tVaf,this contract V1-40SOhfOt.46ii :1)* '"•-• C-0:tr4PfP.F . „ Vice Ptesident !: Title • bate :;'51. /:-?62. r 1.: ..„ ..:, r!. ... , • , . ..„ ,..•4,44,..4....-,,.,..•4,.....,..• • ,....,„.., , i..•.".•"•.......... . . . _ .. „. .... .., „. . .. .„ 14.1DIPRIS.:INFOItMATIQN APP.R.1k: .0.ttlf10.§.04'ittle0.11P...wfng,'Infdrraailbnistrue.:Ah&cdreat'.. ., V.140:0'.00,4*,ii*.., .. - - • . .. .. . . . I Bidder ,01- --..,Poi..)Iiiio.Potk:'pr!,.pitit015.: . . . . ... „..... . .. ... .............. . . .... .„ .. ...... ....„... .. . . . , u$iiressAddie&`) . ...! -,-Santa-Ma CA 02701': .. 1 .„ ..,.... „....... ... .. .,.. . ... .... - ... ...... ... , -.P.4t: ,Staio Zip: .., t-9.00- ),,0 ,:n. 80c.19's41'.0.01/2.01004 Telephone Number ti-iiilAiltiteg§-, i ,'...4itli.:,61:aoor.,#. g state ChhtradthriLkhii40`,1`40.;:44q140 ...14.11.194 ii; _ ..... .. .,. . ... .. . . Ofigi:040.40).:440:4:: .. . . .. .. 4131i: -06 • ....., . . '0).pli.aff1).1.4 !.! ,. Ti.i6•Vdikita;.4ritiiii4pedtdliy-1..YidO,1::'$aitJ'a-ii.O.i. ... "rr"-- •i''' okAAtti, d,:oq,, M.ay.'.7: .. ,.,,,. Cd5 ,, • ... , . . . . ....„,........... . , .. . ... ....•,., Tiih.fht.1§*thg:,:k. ,..04$0.001".0,0hh0;•.,0917phrkkhk.fla„,. .‘;',h1g.k plihOip.annthr04:th (his proposal: „ ,.. r . , • , . ....„..... . ..,. ...,.....•„ .., .•..•• .--.." .. ..,". , VI-rjp:''&atror4lah,-iht; Corporation „.„ .... .... „....,.. .,. 1;,- . . ...,. .. ...... -.. . .. . ... ,... .... „ . . yi,doaiti.400,4-.:Ifro*,100f: . ... . ... . . .I. • 'WO.!..4'?6h16#10[Y:i-7'1V-41?-i20.00.0 •;. . „ . ._ .. .. . moriiKa-soitiortito':,- 6**iy., . ..... . .. . :.. .. ..': .. :. . . . .. . ..., .. .. ... . .. .. t .4 ..4.,..... ..-.............„ „ -....,, .: • [ ,The.4ij40)'Ogi:KKO00004;:t0-IP:4fitip'.04ori4il of'thgOfty.;io.f 4..7tuoitngtioo.06a4trt.it its ability, 11:pane):6.4..„07,ptbr*i§o, iti!,;0.-iTortii the. contract fo,f.ihe.gpi.0.00§00.:;.*-0-rk 44:gjopf0.0001-ftk* .4eobi-dafib:0‘.v‘;iitii.t110:04 .*40Pif.i.:§404:**Mi* ,,;7 ; Victh.;; •atnarzicii-ilit: .. . ... ..„ .. . . . ... '.7. '.•'; ':'i.i'‘i • ..• . .•. , • ._.. .„........ ,s, ..„ • ., .: „, .:'......,•,"-.,,,g.:,..,- .-... -.„ ,,,,,,.--:„, g: : : .-,.. . . .. . „ .. . . , ,,, — ...•- . ..t.:4-,,,.•,;::::,. 71,.<:. , ;,,,51"'; L;''-'; Signaitirp,:df black ‘11.06.4 5140.0.#0): ,• . . • .,. ... .. ..... . ... , . ..... ,,,,,. . ,,,,..„ . ... .... ,-, .g...,. g, Irjt404.0‘!..qs,11.-0 :lariOtitt* . . . . . . „... . „. • .. . . . ....,....... .... ... ... .. ....... . . .... ....: f! NcitA4Y.':0.*.:00t... .c, t „ . :sti.b.$0tiwoo'$WOrti-WVOTOWilie4.hiklItti.40::of. A notary public . . " " , • "" " " or other isfiket completing this certificate VOit4::04•Vthe:;:ii.1.0.tity ofthe • • individual. i-document, '.-0,ertifioal0:: is ,.attached,t tint the truthfulness,acouray or 8,,Aditybfth4:40.0.flitie)it, . .. ........ . , •.. . . • .• ',.0.01iforti101„ „ .:„ •?, ::1•C#4.00, . „ .„ , • .• • , , Pp.p.n10,nq P.Warten,,,,Nbtary;Pliblid VrcliikOky,,,ImaY,Oat Naaiitt'Pith of Not* ri, *oal)y.pppprect. Vidbt.. • m8riidh Of5,ig'Orf4.r' ,wliovroyo.d. o inc on the basis of satisfaetoiy evidence to 4111074"r .• subscribed to the wEthin insu ument and acknowledged to mejh41*/*47,1),q7.dOutoidtheialie, 'itf:Iii814;er;115:0t414thofiz6ti;04t,idtAb79,0sralid:;.th4t bY.14iq*030igti4.010.X;01#..1.1J044:t4-00* 40 personj or the entity upon behalf of which the persoqacted,executed the instrument I certi1t under PENAL TY OF PERJURY under the of the State of California that the foregoing pr4gratih)§:truo.(,ancl 0:)rroat. :WAT.R4§$1*'4014.409fri!P(4); e0. coMm..'02)69.5.7: :11401. NotEity:NbN't‘,001401110 ,4 Signatuic 'z VP*" *4311:', ivy:Comm.SOisAui:',4,26251::. of Notary (PLACE NO. • „ . , . , . . ,.,, .. ,.. Vito• - ' ' - N •,..,,,, -,B.H. ' :. ::. ''' - Z.L' '',‘,.ili • • ' ' - oktioas.-4,gthotti% cait0ibiv:N4:44mow .... „.... . . ., „ . . . ! ....,.. .... ., . . . .,_„. „ ,.. „........,. - ,,ci..11.,,,..„.. ..,,,:,,, ..,„:„,....,...,,,.;,,...,,,,. . .4-•,:i ...t ,,..,....- _,-.7,-.:,,4,g:,-,,,,.... ?,,,,,.;..,::1,_,,...,,,- -.:,,,-.*46::,4,-,*.............,,,---,.. .„rt.r.,..,... ...,..„.,,,.,,,,....„,... ......:„;,...;.... ..,. .,.,...... ._ .... . P.Ig§1.YXW riLit.tii ALTA•2.1.,:aqNPP41FPONY6:::01',701‘ '4LOP,Ht)Ntf,i.4)5467.607: ,... ..„......„.,.......,... .,. .,. „........,...,...„. ,... iNK, Ptl ,-P.87,..Pc?, ' ... „... .::„...........„,,......... ..... ......, :.,„.....„, ,,,..),1::• ,,,. ...: • • 144cii130..P14::..014.0404*:::6V-Vi.44#0:#4444,,*;c;.:411',0:iiiftsinilitiiii#470101474:11010:ii $110:6b4. Ii.460#1,3k,',14,*r4:.0pg.Oilt4;414P0,',A104:14i41100440114.*:40,14X141i1400*..54W*14.**r4W6it 021160.*10046;,..0.1t-tAipx0001.,.0 .th0!:0.9.1.0i.N.A.44.**:44i$A`4:14OAAntaltiOltit40.. ;900.t*.#00.4. , ,.,, ;ii:;..,-; '• ,..., , ... ..= .;.' VidiSliiiii.OileiS4,:46eittistiOliiiiiiittjf0*01:06t411t:001VOilkOC''80444174,44r40014414° . . . .„„. ...... .. .. ...•. „.. - ..... „ . ...- . .... I ... .., ... .„. „ ....• . . .. .,. .00..04:40., ., . -... •,...•• ..... . •• ,. .., . • •7.)1x-' /PgyOrd.VWii0kt Ilif1;.*OVOttEls.3":<*flid..:00$0*:i'.0*1#04,..44-0:::Ag:••4404)40.A, i.. I.4.44-1>oord.,•bo.flititli6-401tO7d.kii• toT'..om. 06..,4:(100 ust—t04;•.-it10,t441401011.4111-i..„....iii..„...44,..'..ao441y,editliri gti.Ogir,*tio4otiii.tlUiiii*i4,10)0t04:*.wr4ciiiiiktafi.. iiiiiv..$*0.440:r0000.4-$4i..15.40,-...akut ii l• -,--',-' Oktoe-biftrtoitihAditi';i'titqtii-ii.4.6iiiiitt'ition*ork•ttod:t*riixtd.4.1t:40,04ii.itott.t*Vr)41t:i0f.* .,.: ,...„,, ......„,... . .•,„... ... • . . .., 4,, YMOrititOral oftollikitiA.,oid a Imitiosi .40y..•.irtig:de,. ;„to-idtOOOtiOki. Oliii...ijiigiiiiiio.tisly, 1.: :•• - •, :. ..,• • ., •........ ... • . . ,.. • .. r. 0044itto'toitoiii4.0.00ik414ttMptod t' „.,.....,„ .., •. .... .... Mg-OVYADA(4*6111-10--160400,44v,etglilg:ttald0004000.1,t••.020.0.44.,0*440.'..-0.th-eitlfi:104 iiiid.tiiiy.E1044i3O ii:oiatro,OitiO1,446ii.liaiiti*Iriciojillitfiiikabel,124ttenw i ,,are#10y.,goit'Ai)1„,..44iti, tioAdr.1004.40"41.un40.)40 '.'040i4ii,.',„:114*"liwwititged.ifilliiat• it;a' .ff,dtf: .i'.. .br fiiiiidllii I' U'Attio'''"'"1"Irti'''''''or'iiin- - 0 ifi- ...oli'•-4-it'''.'-'' ifit ;11.' ...00p . ,4 '.. ' ), 'Ma ,on r 4.011i ro e- 4//4 • o ,vorko tee ga v A -. A „tukv.: .:11 :. il •94Pil 4914400.0ol...Obiiiot.iiiiit(,Ori, ItiolAtiltOf ilh14..... orporfolimi*Aiif,bh::.etnd -•allootg b7..4ke.:Pre4.18e,iii.go,:iggeOit*44.:!tr,V10,4Nlittf411V0t-,:440ti OCittilitu0K0,,!ok 4y:0y: iiy-- :fi0,4**44.-toldi.400,00`,4*.t.4,6J,4.0-0,144,,g9merAtion...... ,,‘ . ,..: ., '1ro•.11iito'. ,0:41041AOlitir.IiinfAsslo.,,00rno:.116for ii',.iti6.44o6ting,,stlion:•:.tOt*to.P',.::4.iylphdo; ... .. „.... ..... ......„.. .. ,„.....,„ .... .„.... ........ ., . ... :Eg000gim:001..f000tro:61•ioirpro:I00,2to„illootidt.,it6if Afaiii_0114; ! . . ... .„... .......„.„...,,, . . . .. .• . .,........... .,...,:, ,., .,. e.„,„..., . . „ ... „ . .. . •, 0..t;.0 . . --, :•, ., .., :4.4 , :,..! • ;'..4. ' .. '''' :i:441'.: ' ' '''' . • on ., ' ,Atth4iV inn i.,1':.:'''.'.' ' .,,,,',Zi7t'‘.t;''''?"4.:‘ ...c".7";. .-.. ,.-. ... :,...,.;-:.,,,i...,•,. ., ?'.;,,::;...F,:i, , ' '- '';',i;.•„.,?fk'.. '''"';-.-t- -',.-.-i,%E.,:••,,q,,' - .,-, . .- .7.•'.7?"'",:7"•:....:-.1.4i''.1'.''',,'-' '''"m"-*'..- '''''"''1 . . ---12!---- ' ' :,,.1. •.,1 .A. .4.. — ', , .Y' - • • • -4'•,o- :yttio,,,,41.4 ' .o.totorA•zmy.wvow-r.-..,%-i,.:: ,-..,-, ,..;:,--- ---...,...?;: .,.. .. •. .. " . - . .• . - ,...,a-.' .. , ... ,...„,,,,,::.7,:.7•.::;;;,,,,,,...,.. :„... • ,::.:.,,.',-.,'..":„:.,:,.,.,- -..n..;,,:•,..:,-..-;21;-;,.“-..,,,,::•.•,;:. , ,7;,..,;,:?,-,..-,-;...-.----••-•i•:' ,.•-.,;,:--,! .-.,,. -,---.,,,,,,..,, . - •:..„ ... .,,........, .. ,. .. ..., -7,-°•--- ...:,. -.,-, -;.',.....,. ,-,.• „.„.. ..,. ,,.....„,.- „ It: i. )1(4ilitei'lirciltift1100.0t i 1... t.,,O.f.:11fe':-P401$0,$,':.. Or.0ij.. . project, 111,..0:,,hkIt.10-.041,L'provide :projed'1-ifstary of.similar work, specifically referencing 0i4::doii§trtiotioi4A40041f.*1144iPt400.:;-?(*0,4 with 0iit-.',..-Aii4--,g0.4p4 :00,yok;,:,,,..o.t,k44.0, -;*61,ps,,,::.colo uft.0,1 aR-(14)y,pithx‘: andd.eop lifts, Bidders are encouraged to submit supplemental releViiiPro.160 history 0i440...r1,40101#1070.01.0f.0.14..t04.04.•,,, J..,:14'q.:4::-1?pitcw.',aro:fhe};:riwn'm ess and telephone 0.11•00 .6it Of#:;',01:4',!W4.0-1..0.6 '.::To.1-:,*jj..0, . tli0,100q0).k.:#0,ff:Oii,t.0.4,01,1,4i.2*Prk4ithi.'jkilicv-a0tyg,-yors.; . . .,.„. „ ... .. ... ..,... „., i,. 1,,.. SEE ATTACHED PROJECT REFERENCES ..., . , ..::..,..., .„.. , . . „ .. .. . I\:j400,:0:1)-4.-;A4400:0'f.-Public Agency .,, miii:e.:00,--T.,00hoii26.Ni$„.0fPi..6ject'Matla,.gprj::. 01 :Contract Arnow*: ' - - .- .TAi;04‘..Y,F* . Date Completed I). '.'Pr.t-cp.itctOliftho1otiojdt,t,:tie§deiiiikikt40*: iiifii4fW§ife, . , ..... ..... -- . ...,- .,••• - .....-, - - ...-•••-••- •.•••••.--- - •...... „........... .••, • - ••• ...•,•• il ,,, . ......... . ... ....... . r . -:-- •. ... .... .• ., . .,..... .. .. ..,.. . . , . _ .. .... ..... 1, '-', .'. ..... .. . „ ....... .. . . . I' Niii1*-14PO:MO.Ps5 45f Public;i ..,.: ,..„ ;i Norifg.4.#0:T.Oeptionp',144::cit Pi79.1e41\-40010..r:;.: fi I; •• • • • . ,- .,.... . ... , ....... ... , . , .. .0*.i*tA0004: Type of V...oik Date Completed I: Pf#1:0,',*.ic40.040.,fif.0i. 440..k.0.114i.0.0.-0,4*-411:04rw91:k; . . •... ....... ... , . ...... . ... ... .. „.. . .., . .. .... . .... .,. .. ...... _. . . . . . ....... .. . , ... . ......... .. .... • . .. ...... .. ...... . ... ..... i: . ..._ .., 1:.. ;.1. „ .. .... ... • • . ,.: .. . .. . „ „ . ... . ....... ,... .., .,. , . Itile...'ati,dAddfe§§,df;Piitiii640noy:. 1 i,.. 1..I4r./1,grpp.'4.`,T6tepl.,i.00,04,Yoflit.o.kot.:Matiagtit! 1., !,' • ,I -44tra.ct..:•,..••.•:-..,,-,•-.. -,•,, „ .... .. • . ... „......... ,...„,„ ..„ . Date Completed .! '. .;. ."4111.0.0At Type:pfYlok _„... 610'.44.a.'0001400.0.44,slio.wri,ilit)..a.rAyo : If. -, .,, , • , • .,•.,„,,.„ . . ,......,.... , _. . .....,...,.... .... , . .. ... . . ......... . . .. . ...... ... . .. .. - - .. .. . .......... . , li. ii i. . . • • . - 1!. 06'; i•i• I Lfsfed:befoy'01,',611**40.3)fiht bidders proposed Constrtctton Pioj &Manager,and Superintendent •fot:tadtofitio§ezoit4Iveigi:iipopl#0e ii44t.:Ic4qAti*-;0(600',TOwlio; the otifjof,o' ,*f.fr*s.p.'ot000- s jfjj4r*o*yijti,r 'thp thoseprojppis,.40;.nof have o be trlri160pplOymtit br 'of:*iikipOrot,?'%10dt0*Oi.-004044!*.t.. supplemental relevant projeo history projects1.144bpre.1.4'.„ 0:pmariejT. . • • " .". " • . ••••••• • Telephone No 1. itecif,0000§§0.1foOp',r'.,,N1,40"0„& ofOfiA)10,4,ekolOiN14114.gii:A?6,;0?k#IP', . . .„.„ . . ATT.:AC:4180 0010.r,ittilt0 .•: ..,• • . R010tN4,ni**UilkActAP19140i, Type of Work Date Completed • • - Project Name Contract Amount.: Type of*oik Date Completed • • • • • Project Nam8e•Vionitatt'Aititiiiht TypOofx,:40 Pakgit,*1404. it! V . r±icli . „ Telephone o of proposed Supetintendent, 626A26-2216 .:SaElittA0.FiEb..t.OVIOLE.:Ta:O..;PROJF-ar.,13ff:F1Re:14.qEsE 1. iprojta.14.-amet&tb-fittaotAinistirit Type of Work Date Coinpieted 1, „„ ...,..„ ,••• . „ _ OrOdtt..Kaine4,t0iitf,z(44** 1 ype of Woi k. 044000,m010,fed, PiTiject‘14Artid*edritfao*10,10 'TY0•0?:f."'WOK Pat0;c0i41014 I> VIDO 'SAMARZ.. " General Engineering Conti actor klb";:43321GA PLACE, (40/10N0A, CALIFORNTA'9..)5701-: TELEPOpN.E2909,; 8.7405:77. „ 5. . 5. TE-D ,,• ,,• t , , . .„ „ „. R. R. . .0. ,C"- „ Project.Naloo,GlenwoodR14.d6:1/Yatet . 5 5 Owner i city,iyf Santa Ana •5 ,,• . , • Phone Number :(714):447.;5029' EligmPgr/Copti4eft....Mt,Aloxode,r0ilinb fiaieefeoni01otioitt4624.' PeofeetName t Watoi'iluisew8eliiitii66ffidnis 50i.ir.upr; d4rof13rea: Phone Number 285-5529 E4gjnedextototiNfi.,13yi:ptie:q4e41101 . • .• • Contract Amoun.W$590,0;006',"60.i 440,047:C05#1104,V109.Z4• •..: • ..... Am'e: ganIa•Ana•Illy.cf,:and 51t.:11- gi,'Protee,-ted'BildiLdift , „.. •. „ Owner City of Santa Ana, ;'t•liorte Nuoilieini.(744)447. 6:655' .P4kOtc.Orq:pletion::202,3J IttipkOdiiief0 •" • •... Owner City-.0Npypprir,ge.4Ph., .Phone.:Nuitib6ti 11: •(7l4••552-5336 • • ' , 5.Contract Amount -„, Pi,93pt.: 91,ra • .5.Phone •Number .•: ,...5 togiggkr/C..04itaci: Ms,,,Nadia.;Cattageb. iateof iontii1etion:2622Page 1f 1 •,,' • -• ."'•" '••;• '•• . , ..:- , ,. : I, -",.:,-, ii1/41 :,...., VIDO SAMARZ, Cff,. , ,Inc; .000-00:po igitleorjog CotioattrottNci:•412b:A.,. ........ . ..,„ .. . ., . .. . . .... . ... . ... _. . _..• . ..... ....••• •,... , .. •„•••••• .. 7 - •. .:,•,, .- .,.,•_ ._,„.:•••,..... ..:::: . ,..•„.• r.. ,,,,.: • • . ...... . ,. .. ,,.,... . . . , 022Bf101MAAc ,„'RiAfcl Qfr1:0:'• u,00/10.NO,„ ;,,c.ALIFOR NIA-94201: .tEILEPHON ".909 .§7:,63Z7 „ .....,.,.. ,... ,. ..., . ,., .. . .., ., ...,, . .',6. Rroject Name;Safe..goutes.reSeheol Proje0t. 98400:0tr-::a.m.on:roio. 220-0722 Pigikee.:0004,44;',Mt:Up1:04,',Merrelt , :„•"... : - _ , 04fit#t•A0104#0.5560)0;095,,, i riAte4t.tokti1ofio;iQ.,?,gi ' • :,. is Iniasel ; • 7. , P.:040.PCNAO:OU'''.*-§,Itt:0-0-.(rQ.-iiitA.PiP•Ii*EQYPITIO.. ,,,„ .,.. „t Owner:diyAjf'S'antaAria ,. ritooN*4er:,0.141$:$1,03,4! - ,,.. , Engineer/Contact i Nit;:qi•-0•1•••0.0-k., 01-,06: con trAfFf:Amo unt.::itS3:39:0KIA,..o,o...: E1:0:1' '''Of c0000.00*209'. ,.. .4, . . .. „ l• oy.,. Project'Name:ttlwanda.,torAdoiliiip-rovenleht§;.:P r-6,11.1t,4 Owner vi City of Rialto Ri410 Pho.ne:Ninnher.: (7 i 4)',•Sg4..;2,4,16 i• F11k41:6:01c.00.4*lgr;Viied:"Alip444k eti•h0.4•01,i0.00-01;:,;.$1,;00‘8QQQ0(1:. !..‘ .Date OtCplot•iierion„:2020 i.. 1, .... ,.. I, 0:, Project Name Residential Street.Improvements Bishop 00.,.''.gait:(5k: •.. .. Owner of t.city- :Satifg;Ana ,...,„,"., , . Phone Number .(7146,154)$97,-:„.' . — :.Engmeer/Contad Nt Mt'l' e .Ortiz- I! :-.0001441:.:A010444.31;21.9:00060. ,. . 2., „,... ..,,, it00-iiiii0.0492p: 1 10..,,r0tOtNmei:ge$1•00.00:;$ireet',Repair Orggram•PNI'011 0, ;i:iwn-eff'City dtSarit.a.A.N. ThiclifeiShimbeir,(7,14)?•:60:-0.00 ,.: ,._.,...., ..,.,.•,4.• .•'•,. . ,t, :.,ttiOtledeOlitA01:Mi':,.Ni4h4dli,Qt* :.i.eliiiiiiigt-Amo104.:•$$,10•06:.b.6 :,..„.„.:-......,•„• - ;,.... • , - . .. boo.•:of co.0.0.0.4002x0 ;,. 11;,?#10(N*4'§U,ONYAk,PaR;0o.surp:..POIect 1 0iv.ifeit•pityof:Painl.'spfiNo, . ., ,..•,•••,•:• •.._",....,., • .. • • Pti9n10:1S'!Ambor:< 7.6.0)3.1•382:53 •k814.4 's.t04:1-,0001q0*4 :417;'1?:0,1i,V,$440. , Ogifraet.Am omit:,i$0,67, 000:06 .P*1.• ':'01'.C400.140ie..2:070: ., '• • • •. " • • , ' • „ General„.. VIDGSAMARZICH 6rer:10:00ifg 0.01040totN0.14*,q:y1,-„ • • -•- • 6829 8ILLINS PLACE RANCHO CUCAMONGA CALIFORNIA 91701 TELEPHONE 909-?87-6377 .• ••". ,"• . Owner City, of Fullerton 11.1#003N.ii*„.440: (714)738-6853 ciiiiiii*ef,Alluioni;$200;066:'* D4tc of Completion. 2020 13",:pojeol:s10101:Mi*$iomfit)j. jiftrpprovowtil§H:::Xliop,Avt. „• .4. • • •wner City of Fullerton 141:04.c,Nu*bpr: (114) 738:4853 Engrneer/Coutact Mr David Gianthani Date p2O12. contragiAtivellawfou.o.:90 . „ . •• . ", :• . . 1.4; Project Name Local Street Cutbflt4orrop:00004 Owner City of Santa Ana Phone Number ''/I4)•.. 524536 iNOnecr/.00140,ft„-Mr.,..:Gerardo:Lecligga IS Project Name 3 Ave Pavement Watertiripaweineriis • ...••••,, 4_ • Owner: City citiOplaa Phone Numbci ,9Y2,19.14046 Mr Conti at Amount $2,800,000 00 bictd'.0f,c0001 *4119,- • 1.0;J:!:t0ifee:CN4,Me .91-4iit.6vonteiii,k61-labilitationTdridW.ardilmotov,0** Owner City ofAb1.444: ThowANW130:','0,60)401.4'410,46,:. Engineer/Contact Mr Bob Cutchfield Projet N4me La Palma Ave Sidewalkittivrinetailt . Owuci City of Anaheim nonel*Iinbor!V14)76.55052 M'sr:-.J001 Thidan Contt act Amount $4.10.00,.0 .1)010if T.001:0=f13". • ,• ii ,; ..,... . -, ,..,, v•.- ...- ,.. •,. ...': • .: :,•,:.: ••••. ,•-• •... 1)!'i VIDO S-AMARIH Thle. '004.001„ .tigi.406tihk.cojiti*torick):4352.16'k , . . ... ...... . ......... . .„ . . . ... . .... . .. ..... ..... . ..,-03. '?:i..KLIN'a.:1k60F,.'0+NO,16. 11CAA-AbNiti,v,:eik.t_iFokNIA'9,.,17,0 TEI',P11PtikP4.9I%rn.0.71,,' FAX ' N•'..', .,, ,,. , . ,., .. , ,. ...„.. • , .•• Ift..-PiAl0-N*I.hi,if:Wji§hirp..MOltooj3i0yOk.Blvd:Jtnprovemetits, ',. Oyne.t:Qty,..ofFullettbit rooW*,t10i./.,q14)‘71 .S;05: . toglif,ogilgoi:too:Mi. pOittiG00-41•01 COntrark-AMOUtif42.400;00tI0# ' Diltttiiiimitelion: fag, 10,,Project Name f 11a AP:A.:A.C.,044:ligilli***0:44t,.'voiiotw:Lcic4tipn ::, QWit...er osfy.0,rooRptip ovalnorisp, li Phone Number. (909):774410.7.0,' _E:41,0noei/Coniitet:-,. .R.Oih*.b404.1 4, Ciiiiititet..8*iiiiiitiS9,7500)A)0.' D.aft‘oft0.14016tifkii:460 i . . . *iit Project Wilg.hil*Aii66-06%.t0f-aild 5..e.werliwrixyg.mprith-cgeci , • .. : • - • •: ..4,: . • ,„, ..., . ' '", 031110.17.CifY±Offilltertbli Phone Number at4)13',$*,05'! v, ..„.• .,• • • &On or/00.404.W.,ppf.pook: r -Voiltilmt.:Am-ounti,•%5400...6d. . 'Date Of.,.c01000i0O0t8,. 2,i.;.1'20404 N40,1.e.;WO AtAtdonfAt.e.a;Street, Se'0-1.6t:and Water Improvements ..,..., . . . .. . „., .. II.' 0*ii:e0qtY,.:0ffullOttOft Phone Nftitili6r (714),71,0,0.04.9:, , 1, EiVii6eiteoritA.Ctv'Mr,.... .-tt Joseph .ma eidoz ,. .... ..„.,„.,.„,„._..,., , . ..: _ , . '‘Ciiiiiittoct-.40040.0',..$;,,;QQ,,.9:Q9',49:: 1 0i0,1041:00:40.1E?20:14: ... . ..„ . .. , , 22.:':krolp.aNiiiii0.A.041i0h#:111ill$Road Water Maui.10;151401.0it: 0i,i(ii-0:,'?'.(ibr:-,-cit.../84601...,, .. .. ... . 1. iiiti.Xik;N:iii0Oti"14),13'63= 020. i EilgiAgori .outtef:Mi,,,Iui8."Tallia 1.: Contract Amount $09•10.A)0400 ot..ginti16ii ::'N1$: 1:S.,.'ket4ot,,,N.iot t.i:';61)B.:6,:AryA.Aviio.ieli4iie.00.:04.r.i:*,..g0ritkpipplit 4.t-,V,aiip4A.LQcatforls. I i.0,3v,nor,;50ity.,:of.Oraqv:., ,.. i- ,Thfi0,',N•404.01t(714)'.Y 44450 ti-Igitiocricotitatt: ivii,M4thow:1;:otOilidri :, ..Contract Arijojiii0 U0.43O000‘, ii.Acti.t.eolp.,060-0140,t:k l'.. „.• . .. 1., VIDOSAMA-- INC. . " • •• ..0:0fie*,Frigioptirig,C.04ttadWif,10.'4V2:14A, . . . . _ ; •... •:•••-•.--• •• •••-•:.,.• • • ": - " 680.7811i140$,''.151:AcE,..;.RANC.1710::;:cif.c A AAON6A-:;5 'A 91701 TELEPHONE 90?- 87-6377 2‘,4',„I'rojeaNanie20;17Uv#Wc41-$:41).0.44t,Op,ffieA* Owner' City of SP•_400:1St'..1040.f4M.402_17.02$ Enoitorieckithiati;Mt Ti i Nguyen Contract Amount $285,000 00 Date of Complthon 2017 25 Project',Name Safe to.Stbootimprovetiiditt ,Ph...00:3 0##0; City e 010 rid* Phone Nu nib 0.181404045: E4,a1.1. 26 Project Name Rat Ave at Cailal St Stçnm Thain ttitbtiw.00iOtts Owner City o1 Orange Phone Number (7147 44.455„0.0. .,• . „ tnginortcontattilArMatth&W.L'oreil. "*. c.0.#4*4A40.40g::$99.,00.10;0:0; EiA,fe..,of.to***0.017. 27 Project Name Citywido Sidewalk Repair Project, City of Santa Monica Phone NmPtog.r.: (25.#-.522,;.,4-$0: ;:oigiifoortciiiitatti'W;Cioik:Wkaoit :COTO,4dAtiltiIitit:.$81.81;:000:00 2I,:tro.j00 Name, FY 164,7;e4b Acte §,kaitig.fitg.W10:tio'*.,10dt. Owner City of 1:1,410igUifr*A011 !.;..PtiotteNuttiberv0:14): 6,5 ,§; Tiigi4.2401C0440 Mr Joe Fuentes .. ...... 29 PrpjOi:NAnta,Conisttik"AVOini6'wwf,Mitik,fm:ii0y011**. Phone'Nuiiihtt!.(562) 5.07-930 • ..„ . 0040, r1C11.000; Mr,tail Hassel :Contract 040:0 otitillefio,rt;'.101:1.: VT.DO 'SAI\4ARZICH •INC 0.0:,b0:41.,Ffigi40,01ng.QQ.ntraady'.-.KgQ4. 321n , .,„ ..• " "" • • • 6:829 ottot40$PIJCE RANCHOCUCAMôNGA,OLIFOkNik.F0.9T •. ...• , ..„ 1.1,0-.AstojtetNatite:AritititdfoyR040,5400CA#0.0.0:404; Owner ity,,,„QP$'012411'N.sadena. 5%P:534 titgiiiwtittimitkk,w Alex qh0.4. C4404c(Alm94,4(:::',11450.;000:00:: .1!„ifk 231 Project Name Fletcher 011. , Av„ontW..RoongtriAttiOti! Owner gkt7;of.., otkgo.-§brookk....,,, ...„ „ ,. „ Phone Number S02)204,4025Eng*neerICQu1 t2ith::Mr .MarWRetorstm &hitt-Pt An1.4444..$.8.7fi,;099X .1)0,c',91)0440.1eliOn:'2616 t' ;St Project Name 144ttprgb4,.'S.tfePt. (ca.0(0,0.0ff c4y,pff'1.ilterton Phone Number (714):732,9064Engineer/Contact Mr Pete : Agb„§t.4. C';:,4140-44.44i94*;$61-$;.0.00.;06 Date ofCompletion 2016 33 Pi 9OetNii,rio; M.4g461143pfskihfor4pPtioW.Wide4i4g, „ , Owner city of Westminster tit00;N40pr;.04$48.446.4Engineer/Contact Ms Theresa Trati .:!: Water Main Owner City . • of Westminster Phone Nuiâb ;l454456 -F1-.,1100.0.1.10440011\.1r: tontraPtAmpotiW,$11,90;00.',99'. •• Pif.**:00140):0K-140.: „., . '• " " an • 35,:ti7.1*gt NiunetRettfliitLake:Mbder4jSticiti Owncr City ofRancho Cucamonga fhtilte2r4umbek:409),.07,04:0,-:` _ Mr,jogle9,1)ayid Contract Amount. $300,000 00 f)41..e4t'Cpokiiipt140;:.20.;t0', T4ge;:64i.fif,, i. i VID0 SAMAR.' - ' ''' 1C- IH'' 11\'e: . 1 i I OitiOfdi tiiiiiittfiig::C.0141ifaf(5t:No.-,,P..w.loW .,. „ ..„,.. ..„ . ........ . . . .. ... .. . . ....... . . OPF.1311,014.,-.014MgANO110"."0..tKAMOO.Q.:i..S,;- . 1',.(..roof;41,A.,.906.1 TELEPHONE, 9QT:_907,61.77.' •, • • • ••••, ., .• " F.6)c0". , ... Pi000g*..X141P*.04.. khottoNixobee:::(714)46$-,;751.9 . ..,,..„ . .. , ,Fgglogo.11,C,on:tplat.,A4r., Hunter 'I Contract At4.0.0040,;000:00; Date 0 Completion 20$ 3 7:,.Y.pr000.:1N404-,g1 Cenlioh.Aypnlip;'Rellabliiiaton, !,,.. tow.tiq: :(.4:,,,of South Pasadena .., .„...„•,, , ,.„, Phone Number (6%),59,04,05.70' thiiiiOetiCiiiitthalCiti-'Alex ehou '. ontraci,A.thoon:t:':A10:00;.060i0, ... . „ ., P4t...„4.0•Mi.j,14.0"!•00;2011..$‘ . i,• ';3fi:i Project Name Concrete411.is 0.'d6: p*4-0:', q4.:.0400,..(4,44ippg Phone Number 0.111$,.4.:$-345 '.;,-.- 6 ,,,....„. . . r4.0(ige.00),ritattr...:Qtafliillin-g Contract..80*.iitk$i-'799..,Q,QQ, Date of Cofi .ktio i6..1...:5•. ...„ . 'i •,•,,, , 39.'Project Name' ADAvii0:00.114iii:160g ..,. „.•,. .,..„.•..,. ....•. , .„. .... • , „ Owner. City of Orange,' _,.!!-Y00 N41j0.(7141:74M. ,.6,6:L 1: t;ii.gineeticootootAN4t:-matild* ofoi*n.: i:1 '-,Ofio.. kfigt.,,,:iNtoplx44::,$2,151,0,0:6.0.(j.„ • . . , . Date io:coo4,000#:;.;9,1A 40-:Tiiiliet:Name' 3114 WkerlinproveMeth .',0*.iv.ittfi:tk.:0;:%§,4/ §Of .. . ."... „ ....,. ,:,..,.„. ,,,,,.. ..,... :.:Phol*Nupitigr.4.-...:(7.14.)5.148,345,61 , ..„... . , . Engineer/Contact rMt.,,'T,444.phOi ‘;:Contraei.Atitotitiit410:0000.60 :::.P.-44Jilic.0.0-,100,40:09,1A 4t'topot,N,p)/10::0A.:'$1dewaik,improvoment !: 0W00,•"-.::-01.Y.-§f:Artesia .. ... •-.:,"•. .r • - •,,,,,,,•••, -•.• • . ,.•,..., r Tiloll.O.N ova Kort495.1),It4:-.6984., Engineer/Contact Chuck..—- .... .„,.. •.,...:•.- ati Mi: „ ,...,.......,..., Contract Amount: 'S' Of',401).i).:.0.0 . ,•• .., . . • 1, gittf ,f CP1,4.10004;''''2•014 . . • I, . V: tiOSAM- General Engineeting 6$29.BILLING'SIPLAtEi:RANO)10.0tAMO•00A,,,OLIFit5611A§.f.F16t • ,•••. • . ,909-987-6377 '474 Tycii.p.gt:Namo;:YEtiO,'.atk.gryatit:dro'g Nedef:131:00,000 0.140;;;:y;O0*,.:41,444W:40‘:Plitoct iliono*timbot.t::,(71.4)-7"0143'..t041; • 'Pigi#.0.0./C9.4fact;';.;Mt.,;4:0 Pohinino Contract Amounts 675,000 00 Iiiite4)1.000010) 403 43',,Pti)00.,N4)..40powAOatr$:t*in Diarn Owner! City of Pomona V.)1:04N4.1,D.gr;•:(90912..2447.1.; Barron 0)04,44 4,01.01titt$5100.0,..b6, pao,4040-0,iatoiit:,205, 44 tl,;.0;otNoTkp;Mam$:*uare:liark Owner City o Phone*uniber: (81 8).:,548•2864 KjtiOekticoitoo:Mr,1-iag9p.Ks$:g.bi-ga osoty4dt:kotiq04'$11 josoQppp: Date ntiCningiletien!.2011 ••••• „ ; , , 45 PrqfPaN#file: Vanousubhc Work Purchase Oideis and Conti acts 2000-2013 Q*0*. City of.PAsadena 0460 Niiiii46i:,(626);484-5640: kngincerfonthetvWljaie:to,t§te40,,-?:40'f',4049@4i:V..0:1k4a4ena2nOt Q*044 Ar*Orit:;;$2:4:0040:0',.'0046 Date of Completion 2000-201 ..,„., ProjectNii:j4(,m,p0ot jiyiproy..p.mppfs:from 200020,10 Ownet!::dity,orGlendale r.-.Kngine010*taeit; Peter Vierheilig—p 'ieiheilici glendaJe. Contract;Aot.t.tun $340.0;900:00r 1?.440,,qfc-.0*00,00.0:tiqQ904(49 CONTRACTOR itECtsTitATION.W.tril:e8LitvoRNIA DEPARTMENT„.. sotINDitAililAt.RELAT.IONS.0.1i1) CERTIFICATE' „ .„, . Pursuant to 854 citmg Labor Code Settion-1,774:,14.0*.0*ed:k!Y'°*Cali 6r'614:5i4c' 4:14t.e' • ...„ oii June20,2014,established a new public works Conti actor Program,which requires all :contraetop:,..and-.subcorttraetors. bidding and performing work on NI,VOt4. PrOjee,Wtd, register on an '..through Jurie.'3W Onto P4a1.-,yenr). with the 'CalifOrnia Department OfT4.1#0f,041.13:eiations.::(04R).cimtntlylhei:onnuattbiRefittidaae tegittrationfee,fgr orifr!adftii. is $406,, ..Eith:::-.604trikicieito,whom a publ lc WOr14'0Ori*ef has beo...awarded;thail igi the fO110ingeeiiiNate. DIR FACT 1-1Pkt on 854 ttiA://WWW.dir..ctiAtiydpublid,4drks/PtiblicWor16SB/154.bilif1. DIR's Contractor Registration Idnk:-.:Call(8,44)::522;•6134: Alitps:iiww.w;dir..ea,g6v/ptiblicorks/contractar-figistration.lititij. Contractor Registration database: :bli.O'fieadil':kture.aitee.&frniContiiietorSetireb• , 1.am aware and.willwmpJy'with theprovigloris.bf Labdr COO Seetfon-177 Li yhichst l'.A.',.:Pg110:449.r:PrSubcontractgr'.shk111.not.be ettialified..to bid bkbellisted4n'n'bid 0'40.04: mii*.a.44:thO'recipirenient.§•46f*cOoti 4104 Of the Public Contract Code,or engage in the performance bf.ariyeppttaci:for•pkiblie work, as defined lii this chapter, unless currently registered i:and qualified to perform public work pursuant to Section 1725 5 It is not a .„. violation of this section fpfiti'unrOgistere4 contractor to submit atria.thatis.."authorizeci.by Seetion10,2%-i:Of The Bnsin6s'hnd.'Profeimis C9dedirlbsi..-,Spojor) 10104'6r 20103 ..-0:: the.,.?0-0.f.wcOn#46teode?.prov,1ded:the contractor i registered to perform pLiblic work purstianttO:Seetion172$.5 at thttirneine-,tontraet 1.:04riberthOmw111 comply by proviriirig proof oftegistratioil with DIR aa.,;thd..**061•Y contractor,' 0.t,potilii0.,A0040#iiagffie bid. \fiddSarnarkich; COfitr4ctt :401 ' • • vidosam@yahoo.hom Email :Yjae:Preideiit Title 5i612.020 PWC Regisfraifon-it, °Q06,1321 ,„... .• . „. . _ • . „ .. . *.O.KMACTO.Rint.E4(WWVICATIOISI.--OVESTIO,ISIXAMg .„,...,.„ „... . . .• :frowmatirOmeoilitiligjagt*O.)taft:hñbii,400`g, -d:444 :r.43ii,aliquidateddamages after completion ofa project under a •• • cQnst..r.o0j.on:-otitiacti9ith:' ithbt a.-public or private owner9 • . #44.04.3).0*:gdp4m'd..6061d6ritify allsuchproeots by owner owneP' address,date nfi,01p100foro,f,000,0i0t;400,14M:offignidatea:.ilaniaWaigeii4anc(aii0kW 2 1-low Alf4Kg' 1.00,11::t!c.9;e5Fq0;i,fii,l1Y,:e$1414iii tri0,4Menent liAnidat&l:dame0. 4100Y.401.0.jk00*five ycais has your thni made any claim -40.418(a 1541.,i(01"0010t•Ot*trilitig-Woik contract and filed thdt claim in court or at bitration9 1.14)110;.4e • of the claim, .00i-itt0iiiniiii*(4fentiti64-aAaii***146-9)kiM1,9444:*fe description of 4escylptiptccif.xfie:gat.*:Oftfie"-Winit.e.g'z"fiadinetieffii.ktiie4',4,*104001P.O4:(:: ,4.0:110,491100,9,1111' • 3,.: ta0(0c.,y.cars...fias:ddCAtit cited and assessed; firmor 9I 1 0 violatioii(s) r the federal Occupational Safety and Henith Mmimstratton cited 4nd assessed penalttes against your firm for •. :A614tilii(O'bif,A4f60(dfs40401'.4014#04.Z • . IslaVg'ItY45044*P10.0:41#4(..g'04t9Pi.Y.:041*#40.0-#91114t$Oty*gt flenith Appeils Board has not yefruled on your appeal,you need not melude fnforniaiinu abbniiiL i• tipw.many times durirtgthe last five years,has your firffi been required to . .„ oie',E6#skag440/06:06,4304:'i-61#id,:tiistit&Orfederal:prevailing Nogg; (9,1: laws for wp!*,perfqrmectif?v:vouriiirri . •• •• • (41301).:(14.-.4::404.race:004, theraTiniKNi:.pi.c-A!idity,thd).beojotiolfe;•.,d4k: Ofthe:clium-name of the claimant,a briefdescriptionof the iiainte of the 1 court 4-*In6h'ilfe, "4.9:;';v:.4,f)!410.74:4!?ti6f 4 . l• •• • • •• • •• ••• •• • • OLD REPUBLIC.SURETY COMPANY BOND NO: VIDSA-2280 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, VIDO SAMARZICH, INC., (hereinafter called the Principal), and OLD REPUBLIC SURETY COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of WISCONSIN, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA, as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH, hereinafter called the obligee) in the sum equal to 10% of the accompanying bid of the Principal, not, however, in excess of TEN PERCENT OF THE TOTAL AMOUNT OF THE BID Dollars (10% OF THE BID AMOUNT), for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid for the 17TH STREET ARTERIAL REHABILITATION, CC NO. 1771, in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 7th day of MAY, 2025. VIDO S ARZ C , INC. BY: l OLD R BLIC SU ETY P NY BY: RANDY POHN, A orn -in-Fact OLD REPUBLIC SURETY COMPANY ***** POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does make,constitute and appoint: • Randy Spohn,Matthew R.Dobyns,Hamilton Kenney,Ashley M.Spohn of Santa Ana, CA its true and lawful Attorney(s)-in-Fact,with full power and authority for and on behalf of the company as surety, to execute and (other and affix the seal the company thereto (if a seal is mortgage defic ency bonds, mortgage guaranty d), bonds, undertakings, nces or bonds,other written guarantees of installment nature (other than bail bonds, bank depositoryt of benefits, or black lung bonds),as follows: guaranty bonds, self-insurance workers compensation bonds guaranteeing payment ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY ther boardy, ofd all of Chers at at special said ai Attorneys eeting ys-i nact,Fe pursuantuu to1 these presents, are ratified and confirmed. o 82. This appointment is made under and by authority of the This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. appoint RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with tthesin eaary cor any for and aonssistant ecr to the company t attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment execute and deliver and affix the seal of the company to bonds,undertakings,recognizances,and suretyship obligations of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;or (ii) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal e required)by a duly authorized attorney-in-fact or agent;or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHEthorizin the the execution and delivery of any bond,undertaking,recognizance,or officer and the seal of the company other suretyship y be affixed by facsimile to any PoWer of obligations of the Attorney or such certification thereof authorizing signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these0 presents to be signed by its proper officer,and its corporate seal to be 11th day of August affixed this �,,s�p f,�, OLD REPUBLIC SURETY COMPANY �`. i aA/ A:( SEAL/i: s,/4- `--••= President ASSlmaflt SeCreta, ,'''unn,„,,todJP```• STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS 2022 Alan Pavli� 11th day of August ,personally came before me, On this and Karen J Haffner ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY ged on of he same, and by me duly sworn, y depose and say:that who executedt de above instrument, and they each corporation orpo at on aforesaid,and that he seal affixedIto thetabove instrument is the seal of the corporation,andIhat said corporate seal they are the said officersss the cerp and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. iN 0. •// 1 4f ocaRy.1 UA 1/\. G7v� ' iD G.: Notary Public My Commission Expires: September 28 2026 (Expiration of notary's commission does not invalidate this instrument: ' CERTIFICATE I,the Attorney undersigned, ssintaull secretary has notf the LD beenEPUBLIC SURETY revoked; and furthermore,that the Resolutions of the board ofFdirectors Y that he sett forth foregoing the Power and od f Power of Attorney remains in full force and h Attorney,are now in force;y`G„suRET`„ May2025 :„i Q Poser[\71,1 - 7th da Of SEAL'_ Signed and sealed at the City of Brookfield,VVI this Y 74 7097 --, J� - I .si " G t Secrets ' „nnnnu aapO`` ORSC 22262(3-06) i R.S. Bonding & Ins Agency Inc CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CALIFORNIA County of ORANGE On May 7th, 2025 before me, ASHLEY MARIE SPOHN, NOTARY PUBLIC, personally appeared RANDY SPOHN ® 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/shc/thcy executed the same in his/hcr/thcir authorized capacity(-ies), and that by his/hcr/thcir signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. �' ASHLEY MARIE SPOHN p _;,, f, COMM.X2413285 3 NO7ARYPU BLIC•CAIJFORNIA o I certify under PENALTY OF PERJURY under the laws of the State of c« �s�°a",2026 California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Ckliku\ kcvm, Sigiture of Notary r n Z� R •h � Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT LI INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) a a - . _ �.� _ --�� an_ 4.r.. .. a �, - ay-_ -- _ '4pGi3t•- 'p;. - • :ala °? i8 't3OT•P ''- " 4 4 VIDO SAMARZICH, INC. General Engineering Contractor No.433210 515 Cabrillo Park Dr,Suite 315,Santa Ana,CA 92701 � OFFICIAL BID SECURITY - DO NOT OPEN 1/\� 1 " °� 9(� Project Name: 17TH STREET ARTERIAL �'� '� ' " REHABILITATION yerfet CC #: 1771 GJ Bid Opening Date: May 8, 2025 at 10:00 AM tl �7��� Nagai UO AlunTd �><� uteri 000z %4 06i xem Public Works Office ; eAS MIN wagu>�unfJ0 sin City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 ll 11 110 .......... ...Q'eN T.N� CITY OF `~ .51 HUNTINGTON BEACH u iaoi ': O 1 c�UUNTV \i��l Lisa Lane Barnes I City Clerk January 14, 2025 Sequel Contractors, Inc. 13546 Imperial Hwy Santa Fe Springs, CA 90670 RE: FY 24/25 Arterial Rehabilitation Project—CC-1771 • Enclosed please find your original bid bond for CC No. 1771. Sincerely, 014416-41644i1y Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov Sequel Contractors Inc SECTION C PROPOSAL for the construction of 17TH STREET ARTERIAL REHABILITATION CC No. 1771 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting ELECTRONIC Bids,the undersigned hereby proposes and agrees to perform all,the work therein described,and to furnish all labor,material,equipment and incident insurance necessary therefor,in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach,and to enter into a contract at the following prices. The undersigned agrees to complete the work within 60 working days,starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site,-plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award,BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that fmal compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses,taxes,royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded,the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid,unit prices shall govern over extended amounts, and words shall govern over figures. C-1 Sequel Contractors Inc If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may,at the AGENCY'S option,be considered null and void. • Accompanying this proposal of bid,find I ,dI ns Boti4 in the amount of Jo l• which • said amount is not less than 10%of the aggregate of the total bid price, as required by the Notice Inviting ELECTRONIC Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here,if any: Addenda No. Date Received Bidder's Signature _ kaki e_ C-2 • Sequel Contractors Inc 17TH STREET (PALM AVE. - MAIN ST.) CC1771 . ..:... .. :.....:.. : PROJECT BID SCHEDULE Bed `ua`t`t ui .. r ov MOBILIZATION 1 LS $ - cab ag ep a5 2 -- TRAFFIC CONTROL PLAN 1 LS $ $ 3 -- FURNISH PROJECT TRAFFIC CONTROL 1 LS $ g"/g-"D° $ C3� ga2 4 -- FURNISH AND INSTALL PROJECT 2 $ / co $��©e 0 INFORMATION SIGN > • 5 -- FURNISH AND INSTALL SIGNING AND 1 LS $ /v" $ 1/�"/ ob STRIPING PROJECT SPECIFIC WPCP(WATER eV � OD 6 -- POLLUTION CONTROL PLAN)TO 1 LS $ _ $ `�3' ADDRESS CONSTRUCTION BMP'S. oo 0 _- � ' INSTALL AND MAINTAIN CONSTRUCTION BMP'S PER APPROVED WPCP. 1 LS $ $ 6 � • REMOVE TREE AND ROOTS; GRIND TREE STUMP AND ROOTS TO 24" BELOW TOP • / D� ����O6 • 8 2 OF SIDEWALK/GRADE. PULL OUT ALL 33 EA $ $ ROOTS WITHIN PROPOSED IMPROVEMENTS.ADD BACKFILL AS REQUIRED TO MATCH FINISHED GRADE. SAWCUT AND REMOVE EXISTING SIDEWALK AT EXISTING TREE LOCATION AND CONSTRUCT TREE WELL WITH SIDEWALK PER HB STD. PLAN 733 AND OG j �-•. 4-0 9 3 DETAIL A ON SHEET 5. (ITEM INCLUDES 8 EA $C7 $° (a"" REMOVAL OF SIDEWALK, 85 SF OF NEW SIDEWALK, NON-CHEMICAL WEED CONTROL BARRIER TO BE DUPONT LANDSCAPE MAX OR APPROVED EQUAL, AND MULCH). C-2.1 Sequel Contractors Inc 17TH STREET (PALM AVE. - MAIN ST.) CC1771 . PROJECT BID SCHEDULE Bid Const • ! • Contract Unit Extended ................................... :•:,P4at)[t.t.tit:!?po..!t• FURNISH AND PLANT NEW 24" BOX STRAWBERRY TREE-ARBUTUS UNEDO PER HB STD.PLANS 714, BOX, STRAWBERRY TREE-ARBUTUS UNEDO PER HB STD.PLANS 714,715,716,718& 719 AS SHOWN ON PLANS. (ITEM /AA 66 00 INCLUDES EXISTING LANDSCAPE AND 10 4 36 EA $ 4VCAT- $ IRRIGATION REMOVAL TO ACCOMMODATE NEW TREE; REPLACEMENT OF IRRIGATION IN KIND; BACKFILLING WITH CLASS A TOP SOIL AND 3"OF MULCH,AND INSTALLATION OF ARBOR-GARD OR APPROVED EQUAL AT THE BASE OF THE NEW TREE). 4 REMOVE AND RECONSTRUCT SIDEWALK W/0409'5° PER HB STD PLAN 207. 6,200 SF 11 GRIND EXISTING RAISED LIP OF CONCRETE TO MAKE FLUSH WITH AAA CO 00 12 6 4 LF $ olGtr' ADJOINING CONCRETE. PATCH CONCRETE AS NECESSARY. REMOVE AND RECONSTRUCT CURB AND GUTTER PER HB STD. PLAN 202 AND V° N819°0 • 13 7 DETAIL B ON SHEET 5(CF=8").(ITEM 1,700 LF $ / • INCLUDES CMB, SLOT PAVEMENT AND LOT DRAIN.) REMOVE ASPHALT CURB AND fiz-00 CONSTRUCT CURB AND GUTTER PER HB >'etlf LF 14 8 $ STD.PLAN 202(CF=8"). (ITEM INCLUDES 80 CMB,SLOT PAVEMENT AND LOT DRAIN.) REMOVE AND RECONSTRUCT CONCRETE CURB AND CROSS GUTTER PER HB STD. 61,04A. PLAN 205.(INCLUDES CURB, SPANDRELS, 15 9 1 300 SF $ o. TRANSITIONS, SLOT PAVEMENT,CMB, , AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) • C-2.2 Sequel Contractors Inc 17TH STREET (PALM AVE, - MAIN ST.) CC1771 PROJECT BID SCHEDULE Bid Const :: Unit Extended „cl000tsr:1:; REMOVE AND CONSTRUCT CURB ACCESS RAMP, DEPRESSED CURB,AND GUTTER PER CALTRANS STD PLAN RSP A88A FROM BCR TO ECR. (CASE SHOWN ON PLAN).(INCLUDES ALL APPURTENANCES, Gb Aosof0 CURB GUTTER, DEPRESSED CURB, 16 10 4 EA $ $ _ SIDEWALK,DOMES, RETAINING CURB, CMB,SLOT PAVEMENT,AND ALL ITEMS FROM ECR TO BCR NECESSARY TO COMPLETE THE WORK IN PLACE. DISTURBED LANDSCAPE MUST BE REPLACED IN KIND.) REMOVE AND RECONSTRUCT MODIFIED RESIDENTIAL ALLEY APPROACH PER HB STD. PLAN 107 AND 209.CONSTRUCT °O HALF DRIVEWAY AT A TIME.(W PER 4//60 gWd^ 17 11 PLAN)(INCLUDES ALL DEPRESSED CURB 560 SF $ —I $ — &GUTTER, ONSITE BLENDING, RETAINING CURB,SLOT PAVE,AND ALL ITEMS • • NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE AND RECONSTRUCT • COMMERCIAL DRIVEWAY APPROACH PER HB STD.PLAN 211.CONSTRUCT HALF DRIVEWAY AT A TIME.(W PER PLAN) 4,00 • 18 12 (INCLUDES ALL DEPRESSED CURB& 5,400 SF $ $ °.)T"°6 GUTTER, ONSITE BLENDING,RETAINING • CURB,SLOT PAVE,AND ALL ITEMS NECESSARY TO COMPLETE THE WORK IN PLACE.) REMOVE EXISTING A.G.AND A.B. PAVEMENT TO A DEPTH OF 0.33'AFTER 49'D COLD MILL.CONSTRUCT NEW 0.33'B-PG 00 19 13 70-10 A.C. BASE COURSE OVER 95% 1,500 TN $ 00(911) COMPACTED SUBGRADE PRIOR TO PLACING 0.17'ARHM SURFACE COURSE OVERLAY. COLD MILL EXISTING A.C. PAVEMENT TO '7/66 SCs 20 14 A DEPTH OF 0.17'FROM EXISTING 179,000 SF $ $ SURFACE. CONSTRUCT NEW 0.17'ASPHALT RUBBER 21 15 HOT MIX(ARHM-GG-C PG 64-16)WET 2,400 TN $ /g0— $ .34otb-- PROCESS OVERLAY. REMOVE EXISTING AND FURNISH AND eab INSTALL NEW WATER METER BOX AND gge- 22 16 3 EA $ 04 $ • COVER.ADJUST TO GRADE PER HB STD. PLAN 601. C-2.3 Sequel Contractors Inc 17TH STREET (PALM AVE. - MAIN ST.) CC1771 PROJECT BID SCHEDULE 131cl....:900 ]!:.::: ' ..'?'?:.;lr:.;::::•:..:. : •,:.:',.:.:•:::.:.:.:',::,.:::.:.":.'4:i;;.:.1.::.;,,,••::.::::'if:.:.: ::.•:citintiadt.. ...::,•,'.: . ._ ..: :-.1.11t.....: :.,::,::.,:.:.:.:',.:•: :Egfeiidtid,.,:::::,.. No No - : . :.:.!,,:;,:,.„' Description Quantity isUnit i:::.AA1!!!lq:0.:.,:::::j:: .,, i:.:;4:Arii.040:t.h.:: :.... REPLACE WATER VALVE BOX ASSEMBLY 23 17 AND ADJUST TO GRADE PER HB STD. 33 EA $ ‘610-e° $ 171qP °J PLAN 612. REMOVE EXISTING AND FURNISH AND eV INSTALL COMPOSITE STORM DRAIN S6e)0 6Za- 24 18 MANHOLE FRAME AND COMPOSITE 2 EA $ ) $ ) COVER AND ADJUST TO GRADE PER HB ! STD. PLAN 513(b). . • REMOVE EXISTING AND FURNISH AND eb 00 •INSTALL COMPOSITE SEWER MANHOLE WO..- . , 25 19 FRAME AND COMPOSITE COVER AND 3 EA $ $ • ) ADJUST TO GRADE PER HB STD. PLAN 513(a). INSTALL NEW DETECTOR LOOPS PER CITY STANDARD SPECIAL PROVISIONS °O FOR THE CONSTRUCTION OF TRAFFIC g0g)33 EA -q40-- 26 '20 $ $ 4 SIGNALS AND LIGHTING SYSTEMS, 2005 EDITION.SPLICE LOOPS TO DLC IN •• PULLBOX. • 4 . ADJUST EXISTING MONUMENT WELL TO im- " -co 27 21 FINISHED GRADE. PROTECT EXISTING 2 EA $ $ C7Y ,i SURVEY MONUMENT IN PLACE. ADJUST EXISTING STORM DRAIN CLEAN 28 22 2 EA $ /-. )- $ ,• itir/- •OUT TO FINISHED GRADE. ) #1 29 23 ,,,,,,, ADJUST EXISTING WATER MANHOLE TO au -44455rID • 1 EA $ ( 01.0.- $_ • I FINISHED GRADE. 1 REMOVE AND RECONSTRUCT LOCAL ‘.fil 00 el) DEPRESSION PER F FIB STD. PLAN 301 AND 30 24 70 SF $ ./U-- 04,-- 302.STORM DRAIN GRATE TO REMAIN $ j PROTECTED IN PLACE. Total Amount Bid in Figures: $ /)6VgVe- DO . C-2.4 Sequel Contractors Inc LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater,and the portion of the work to be done by such subcontractor. Bid Name and Address of State Class DIR PWC Dollar %of Item(s) Subcontractor License Registration# Amount Contract Number 6OrtIg y G eKho � 1 01,E l Pet fir 1trm iwv& glklbft" 980 osA rk t11 grsio� 3g�/�(�l /o � 6,a0 15 71E56 61ifirxE A)Tret30640W4i(6.61_ 6506 60 00,019s6 10,06 l ID or, , Ck MI6 Aptiu6r Ainarctrh °' 4o �?v�3 z /vo teaks/ X a a q Cro,, CA-$KS G5 (�30 ?'�6344 A- /�ooiAl�J6 /ofp (Po X Om*,l • /1) 5 ate/tom 6yetwt t - 7 kip( /' /6/00O / 6404 By submission of this proposal,the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-3 Sequel Contractors Inc NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID l declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 5/8/25 ,at Santa Fe Springs , CA Date City State Thomas S. Pack , being first dulysworn deposes and says that he or she is President of Sequel Contractors Inc the party making the foregoing bid that the bid is not made in the interest of,or on the 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, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true;and,further,that the bidder has not,directly or indirectly,submitted his or her bid price or any breakdown thereof,or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation,partnership,company association,organization,bid depository,or to any member or agent thereof to effectuate a collusive or sham bid. Sequel Contractors Inc Name of Bidde S,as aiui rrr idder Thomas S. Pack President 13546 Imperial Highway, Santa Fe Springs Ca 90670 Address of Bidder C-4 • Sequel Contractors Inc UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH,CALIFORNIA Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract,known as the 17TH STREET ARTERIAL REHABILITATION(1)(we)(it)will • employ and utilize only qualified persons,as hereinafter defined,to work in proximity to any electrical secondary or transmission facilities. The term"Qualified Person"is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. • Sequel Contractors Contractor IF • AV ALM .y Thomas S. Pack President .. l Title Date: 5/8/25 C-5 Sequel Contractors Inc DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162,the Bidder shall complete,under penalty of perjury,the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified,removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes IS]No If the answer•is yes, explain the circumstances in the space provided. n/a Note: This questionnaire constitutes a part of the Proposal, and a signature portion of the Proposal shall constitute signature of this questionnaire. C-6 • Sequel Contractors Inc COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code,each contractor to whom apublic works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Sequel Contractors Inc Contractor By Thomas S. Pack President Title Date: 5/8/25 • fi C-7 • Sequel Contractors Inc BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Sequel Contractors Inc Bidder Name 13546 Imperial Highway Business Address Santa Fe Springs, California 90670 City, State Zip ( 562)802 7227 Mike@sequelcontractors.com Telephone Number Email Address 610600A State Contractor's License No.and Class 1/31/91 Original Date Issued 1/31/27 Expiration Date The work site was inspected by Thomas S.Pack President ofour office on 4/28 ,2025. The following are persons,firms, and corporations having a principal interest in this proposal: Thomas S.Pack President abel Magallanes,Vice President Michael A.Mahler, Secretary 13646 Imperial Highway,Santa Fe Springs Ca 90670 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Sequel Contractors Inc Compan N / Sig t • B. der Thomas S.Pack President Printed or Typed Signature C-8 .. . CAL WA Aki.,:=0.1i.tiP;b0 ACkNOW147:5014.00V CIVIL cp0;.'7.--, "•*'44.-';;,;•&#--**-.4*-04.4:.4..:.44,'"-*-L'6 :4-Pr.,..'i,"4,- -.04' ''...,;•;',...7:r;;*.`,:•.1/4•7•-c ,•-:,*454,;t417e;.3 ±,,i`..- -'4! . . .... .., ..,....... . ..... ... ............ . . . . . „ ;. . ....• . . . . A:notary public 0?other.,fpftl6ericorripietinott*certifjcate4yeilifegOnlyri.4 identity er.theilndiyttilol Who signed the, :clecurnentiOyihiChthis,Ceritticatejs ditached,..and not theArtrihinlhess,,accuracy,cr vetidityethei'document: .. . • •• • . .State of California ... L .... A J-- , County ofr. os i ,if.‘ on SPAS' before me, • .. bghleittiittiiii0tai KP.TAeliPatill0 . • • Pgto ..:.;, e?-. .• . . Here 6.S'ft'Nanie'Ondlit1:0,alk OffOq-r,. .. . porsprtaV Opppdred. 4 9kli.14-. $.', .(?.G.t....k' : . . V401,00.:Of ESIgh00); ::. who proved to:The on the leaelS of'satisfactory evidence-to be The person 'whose name ls1/2rei StitiSCrified;t0';'`theVithin instrument and acknowledged to f•ne.that hig0i.C;Ilget;e5<eOilted the same in hieribeitM-,atite0e000P40Y0.4i'..0)4•iti4011$7.., OrsignatlilfOf4Yfili•ti*rli.gtt'40rlt.lti0 person , Cr'the:entif,p4pon behalf of vihicKth&persorSaOtodi executed the inStrument, [pettily:Nil:icier PE•NAILT., P PgRiVF.V(.0ttler thelawe. „ ...of•tha State of Pailf•Oi'Al.flAt••00.-•foregoing lti4l'adraPti le true•anClcorreet, . I, -, ..... ...„....„._ . ., ' •:,•,-.,--4 ':6A191EL;BUSIMANTE, •WITNEO., t.nV.hariti and official Seat: ;,., ?f, •;'!"*-3-4V ;')4.466:0;littctiltronfia 2 . . •.! t.' ,..,1 . . ::_,. • . ,• .. . ...., :sioliatore::1-'',l, . `.2'.„, 14,, , ;''...,7'',.. ... ........ ..,. _. Signature of Notary '- -----7' . .., Piace:Woiary8eai.,Abo.ve: .. . . .... •,• „..„....... . . ...„ ,. . 'OPTI.0.411.41.,' --.-- - --- . ,. Though this'',4r.ecito.is.'cWtionaft completing this .can,deter alieralion:Dt•',the-•.cloattnent-or. - ... rquqiA1)10.44qtritOf 07.0.7.§1cii:Tni te,:l.pa-EriinMaci .eipp011.0'4., :•.; i - • Description of Attached • , 'Title or,Type of .,..••••••••. • : „.... ... .... „ ... .. .., . ...,.,.., . . ... .. . .. .. . ..... . . . . . P•Ptiitr"Of.0410..";-; .. . Number bf Pages Sidi)eit(tY Other Than Named Above _.. . ,... .. . .. . _„. . ...... . ... „ . _ - .. ... . ; • ••• .. . .... ... . . '.Cap4iticipS):Ofaittipd.i.4, 01'gner(s)• • Signers Narne..; .G'19n4's Name:- ; 0 Corporate OftiCer.- 7tifle.*; 0 Corporate Officer;,-.,..Title(s) •- • • - '. , .0 Partner—.13.1imited: 0 General • •- • 'n Partner,•-,-.. c:ilat.jrnited nbereiil- !I 0 Individnal '0 Att6rneyln'Fad DthdlVidnal a-Attorney th:Pact .l El:Trustee El Guar..dieRbi;.OcinSerQ-ater CI Trustee .Ej••Guardian or,0onserva tor. r....Igthr:. , , • .. . - ••••.. ., t_l:tither • ... .... . .. . . ...„.. :Signer:Is fieresenfli*..•. .: ..-_,.. .. •••••. •-• - -. •• Glqrter,le:Pe:presenting ,:. . ,, -- :.2. „,...:.•:„.. _., .,. . ..... ., „„. .. ••• .. ._ . . „ ._..,.: ... . ., .,,., . :A_ , . .,• , .„ _ • . . .„.• • . .... .. ,......• , _ . .„,,, ,... ,.. ,.„,..,... .,,.„., , .. .. •, • • „• ,•••••• ., ••,,.....- ••„. ... . , .•. ,,,....,.„. .,..,....„-..• -...,,,,,,•—.„. c-i,x7.•:. 'c'.1.,rW..?:;,1-•-...T.0,2::c.q.. .„.f.":17.;? xw4A.rwct ,'„;M:9•v_tz., x2.f.7,—t•=,.,m!:,-,lear.<•:"M?:', .;:ce,g„ c2is. Lfz,:i 0016 11011001;110.t4rY-78.§4kdiatioh,',w.v0y.NO,e1.0(141NO.t4ty...Ofd.,,,' .1),80.0-ctS 61(2TAPY(141ff211 1tetri.4f59.0T , • . . SEQUEL CONTRACTORS, INC. • ST.LIC 11610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Fax(562)802-7499 - (562) 802-7227 Office ACTION BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF SEQUEL CONTRACTORS;INC. . The undersigned being all of the Directors of SEQUEL CONTRATORS,INC.a California.Corporation,do hereby take the following action by this written consent at a meeting of the Board of Directors held on April 4, 2024 in accordance with the Bylaws of the Corporation'and the California.Corporation Code. WHEREAS, the. Board of Directors deems it advisable to authorize the officers of the Corporation,'Abel Magallanes, Thomas. S. Pack and Michael A. Mahler, respectively, to execute bid bonds on behalf of the Corporation with any agency,person,company or municipality; RESOLVED FURTHER,that Abel Magallanes,Thomas S.Pack and:Michael A.Mahler are authorized to execute. labor, material, and.faithful performance bonds in connection with contracts to be entered into with any agency, person,company or municipality; RESOLVED FURTHER, that Aber Magallanes, Thomas S. Pack and Michael A. Mahler are authorized and directed to execute and deliver street improvement contracts and related agreements with any agency, person, company or municipality on such terms conditions as they deem advisable in their sole discretion; • RESOLVED FURTHER, that Abel Magallanes, Thomas S. Pack and Michael A.Mahler be,and they hereby are authorized by their sole signatures on any document to bind this corporation to contract,bids,bonds,etc.; _ RESOLVED FURTHER,that Abel Magallanes, Thomas S.Pack and Michael A. Mahler be, and they hereby are authorized and directed to take any and all such other actions and execute such other documents as may be necessary or appropriate to carryout the purposes,of the foregoing authorizations. In witness thereof, the undersigned Directors have executed this unanimous written consent :to indicate this adoption of the consent of the foregoing resolution and the action set forth:therein:. Dated: April 0 4 Tho ' • Abel Mag ane Director&.President • Vice President&Assistant Secretary .*___. Mier A.Mahler . Director&Secretary Sequel Contractors Inc • Bidder's Project History For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of Arterial Rehabilitation Projects with curb and gutter, sidewalk, curb access ramps, cold mill and overlay, and deep lifts. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. Listed below are the names, address and telephone numbers for three public agencies for which the bidder has performed similar work within the past five years: 1. Name and Address of Public Agency Name and Telephone No.of Project Manager: •• 1 Contract Amount Type of Work Date Completed • Provide additional project description to show similar work: • • 2. . See Attached Name and Address of Public Agency • Name and Telephone No. of Project Manager: • Contract Amount Type of Work Date Completed Provide additional project description to show similar work: • 3. Name and Address of Public Agency • Name and Telephone No. of Project Manager: 'I Contract Amount Type of Work Date Completed Provide additional project description to show similar work: C-10 SEQUEL CONTRACTORS, INC. ST.LW#610600A 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Fax (562) 802-7499 (562) 802-7227 Office STATEMENT OF EXPERIENCE 1. OWNER: CITY OF DOWNEY ADDRESS: 11111 BROOKSHIRE AVE. DOWNEY,CA 90241 PHONE NO.: (562)904-7710 CONTACT: DESI GUTIERREZ PROJECT: RESIDENTIAL STREET PAVEMENT REHAB • • PROJECT AMOUNT: $2,897,00.00 • • COMPLETION DATE JULY 2023 2. OWNER: CITY OF BELLFOWER • ADDRESS: 16600 CIVIC CENTER DR. BELLFLOWER,CA 90706 PHONE NO.: (562)755-7158 • CONTACT: FRANK PRECIADO PROJECT: BELLFLOWER BLVD.STREET IMPROVEMENTS • PROJECT AMOUNT: $1,717,236.00 COMPLETION DATE OCTOBER 2023 • 3. OWNER: CITY OF SOUTH GATE ADDRESS: 8650 CALIFORNIA AVENUE SOUTH GATE,CA 90280 PHONE NO.: (323)562-9574 CONTACT: KEN TUONG PROJECT: RESIDENTIAL STREET REHAB PHASE I-III • PROJECT AMOUNT: $7,450,000 COMPLETION DATE JANUARY 2024 4. OWNER: CITY OF GARDENA ADDRESS: I700 W. 162ND ST. GARDENA,CA 90247 PHONE NO.: (310)217-9528 CONTACT: FRANK SANCHEZ PROJECT: BUDLONG AVE.STREET IMPROVEMENTS PROJECT AMOUNT: $1,597,200.00 COMPLETTION DATE OCTOBER 2023 5. OWNER: CITY OF LYNWOOD ADDRESS: 11330 BULLIS RD. LYNWOOD,CA 90262 PHONE NO.: (310)603-0220 CONTACT: MIR FATTAHI PROJECT: CIP PRIORITY 2 STREET IMPROVEMENTS PROJECT AMOUNT: $1,148,000.00 COMPLETION DATE MAY 2023 SEQUEL CONTRACTORS, INC. ST.LIC#610600A 13546 IMPERIAL HWY SANTA FE SPRINGS,CA 90670 Fax (562) 802-7499 (562) 802-7227 Office STATEMENT OF EXPERIENCE 6. OWNER: CITY OF POMONA ADDRESS: 505 GAREY AVE POMONA,CA 91766 PHONE NO.:. (909)532-5061 CONTACT: MICHAEL LEE PROJECT: JAMES PLACE ALLEY IMPROVEMENTS PROJECT AMOUNT: $578,987.00 COMPLETION DATE JUNE 2022 7. OWNER: CITY OF CHINO ADDRESS: 13200 CENTRAL AVE • CHINO,CA 91710 PHONE NO.: (909)334-3250 • CONTACT: MARIA FRASER PROJECT: PIPELINE AVE IMPROVEMENT PROJECT PROJECT AMOUNT: $3,291,250.00 • COMPLETION DATE MARCH 2022 8. OWNER: CITY OF INDUSTRY ADDRESS: 15625 MAYOR DAVE WAY INDUSTRY,CA 91744 PHONE NO.: (626)956-8034 CONTACT: JERRY PEREZ PROJECT: ROLAND STREET IMPROVEMENT PROJECT $2,789,000.00 PROJECT AMOUNT: COMPLETION DATE DECEMBER 2023 9. OWNER: CITY OF SAN DIMAS ADDRESS: 245 BONITA AVE. SAN DIMAS,CA 91773 PHONE NO.: (909)477-9137 CONTACT: BRANDON SLATER PROJECT: EATON ROAD IMPROVEMENTS PROJECT AMOUNT: $784,477.00 COMPLETION DATE MAY 2023 10. OWNER: CITY OF WESTMINSTER ADDRESS: 8200 WESTMINSTER BLVD. WESTMINSTER,CA 92683 PHONE NO.: (714)548-3492 CONTACT: CINDY HUYNH PROJECT: WYOMING ST AND ALLEY IMPROVEMENTS PROJECT AMOUNT: $595,466.00 COMPLETION DATE: FEBRUARY 2023 Sequel Contractors Inc Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions,please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. 1. Name of proposed Project Manager Telephone No. of proposed Project Manager: Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed S EE ATTACHED Project Name Contract Amount Type of Work Date Completed 2. Name of proposed Superintendent Telephone No. of proposed Superintendent: Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Project Name&Contract Amount Type of Work Date Completed Gl1 SEQUEL CONTRACTORS, INC.. • St tie#610600A 13546 forgoat HWY SANTA.Ft SPRINGS, CA:90670 Fat..(562)-8016149 (561)102•7227.01fice R. SITIVJE FOR. ABOL:111,40A0ANES, Sequel ContiodotA 1710.Prestaggiold TiaNINO Thirty-Six years in the construction iiithisttyvffirkink,in all phases of road building Ancl .-Stait (1 by won*vifh f419-grade cnn§f4Intinn crwAin,prApAtiqs*,:p!aib ptior to • atP1i4t0iiviik.t.OP-dating heavy equipmentandTrprking.**c.coglP 40:81-444 0.104.0Q/Is hiallyViitkitta a fOfeniAn and gve0,3411,11).0..atxte..,patt owner of My 0.WA 091n1)..41* Y.vQ1M.XXXWANCE.: • • Sequel eniitt010M/Inn: :1996,Pf,aently. •Ogergioguy uwn company 4oing public and private street.PPAS,0400.1)!:91e#S, itc.§P011.00101TOPM0P9nOtTP&P; toordiiiiitioit.000W4*40004 iliAtetiAlttnittibdOlinfintdit;and working vitiliimpootomatia*livers... Shawnan enrppratinn. 19844299. Vôrk áFöreiin,Superintendent. and Project Manager in charge of large • otte.ofaijoot and L A TEbor Oack104 • X.m..PrsArogi.0.0*. Excel Pavia CoinPAq 1979;1.984 Worked with ennStruntiontrOmit preparing grades and paving,checked grade elevations, • and opextifOkcpristroctip.n equipment. SEQUEL CONTRACTORS . INC $T,TAlC#61Q600A • 13546 IMPERIAL IIWY SANTA Eg SPRINGS5C. A 90.670 Fax( 62).802-7499 0.0).:$92. 7227 Office RESUME FOR ' IVIICHAEL A.SWIM 8equeltontraotorq,Jne .• Secretary TRAINING: Torentyawo.yoars in:.o#0014g and pgOlept.papAgigg fog both yobillo and Private Works :.General Etigi*-ek•ttindttudieriAliith one yor.wcpokilipo.§in tip114148.0,0400401•01; • large4A13:aateltitt OESeiblio0,••ilOggO.O:ifit99.6 Beach Whogitoit. • WORK EXPERIENCE:. $ qu (ontratts,Inc. 19964'ittegit Secretary, Chief .S.cheOlOr,Spnior:Voile.ctUagA 80t Responsible forMt*tom•11)04.iq, . . • Schedule and Overall OpogOon§,Oftlic • Pxo)ectthnagerDepartinent stotro.Viralo Vollotiarrovetifoit Matiagor • Shawitat topotatioti '494719.90 Estitatot fot Poblid.,&Moto Works ?rojcct Engineering for Port OIL A. )3001:,3plypg.1c11101.41procmonts: • wojcOt Ati:glogprot CoititotOrt 1.993-1.994 Figiahecl..COTOnto.M.Asistain General LabOrog•-&14411.04gpentry "RESTIMKAAC • ., S-001)01"Goiltr4otOrp hid , • 11 CONTRACTORWEOSTRATIQN WIlli CALIFORNIA DEPARTIM ENT Dv fIN 1).1fISTRI AL WilATIONSARIR).CMTIFICATE'..- Pnisuai-itIO'.$B:-:$5'4.(.eitirig,I.:,ab'Of cOdq,5'eot164:1177.1;10)),ilassedCby!the,Califoiti1ate. ::g.e.ilat : I on June 2P.,.:201.4,established kpc...w po0c,,,woic.- 'cOngage.:gegisu'a(ion:IP.,rpgranl,vitili,r4tiiNs- alt cpri:t:racyirs and.sul*pritradtpr.5"bidding.'an4::'perfpp-pipg..Nypr.k.on Public W64*4'Pyojtdis to fO'zti.§ter.ou .fa4..atitaidi:li4i . '(4cli:July: 1'through;Jane' .:0i thlt:.i.•fi .d.d1;.:Skar).with the ..C.illi ibiiiiii, DOpartt.T4utsiff*.h.Strjggq.14000 -(1)M)":,,cprrpritty.the annual non-3:efiir4abrq-rpii*4tiptt.fe:e.for cokitt.act0i:s is:$40().. Each.e.olitr actor to :whom"a.pitb.liii:,wpric,5 cptila*C:has been alva-dect-shall :sign the folloing,.eertiiie4te,; D.IR,FACIVItET1.0ii3SR,854. hiffis://www.drr..-n-:tioviglihric-works/P66lieWorks'ng54-..htnir DIR's Contractor Registration:Link:-.4 Call:(844522=4734 iiiii)§1;/WWWil i it ca-:f2,0r.liitblib- 6rks,Voiltilfetor-re:q.ikt6tionAltii-if,: ,....., ... ... ...... PITV's....contractO Registration searchable database litti) :ii6di.r:sectit6:1'drce.:(:.othiColikaotorSe‘ardh.. ........ . ,,.. „.. ... ... „.... I am aware and ill comply,*ith the.pi.ONcision.s of Labor Code. ectiOri-,.17.74..1(4 which stpte§:, 1.‘,..A contractor-or'.:41.0eptlir4cTOr shall nOttp::,-(qqaji..fiqa,,to.bid on,:be.l[Sled Jn...abid,:pKoposal, subjeet to.the,ree.p.i4enieinSz-o of'Section 41.04'0'4*Public Contract Code;- /r„ hgage inlhe pertbilttgic0,‘,a00?...P:O.OttP .t.;f0t,pktid. W0t1<,-.4.8•,40f.i.:0.0.4.:41-this.,,ehapto;oilWAittptiO. i 4.-egi*y0 and qualified to perform public'w01:4:.pg.§1pr419•: 90ti00.172 ,5;.'4.i not a. via 144§4.0f this section far an uirpgateredOtitka4Of tO.-si.ih.10:4.:'hid that is authorized!:..), scti,04:77oi2.9.iit the.114§inosif.1,Prordgio'n,t',,c0.4t.91:,by Section:010 pr..2.0n3',5,of. the TO15.11.G.tOfttradt Code,-prOided the corii-aetor is..ivgisfbrcd.:to perfOrin.public Ny.01.1c.. i ... ... ptestiantto:letion117:2.5.,5 at tlieljnie the"doh trkt:IS thlititit017 t; , . 1.fur therinott:Wf11. 0.13:10.iy by proN'iding,:fikbot ategiO!alicqi.,iiith DER as th .litittfay.Contrdetor; -a ,Ii611'ds'kat ALL-,subcOntratplstittht:tinip:0 f'sobniitfihgthe!:).id. i. • Sequel..COri11-0 ,s'1pc ... -,1, :1 Contractor ,•' . , -' ., i • „Arlo 1 Illo- • 1 - ./ 1 :I • :.., - ..• .. . A ,:. . .. . ,,, /..„ ''9111r.r7". " .'TOrnOsequelcontretors,;(corn . . . ... .......... ...• .. ... , Email , Thomas Z:,i:Pp,c1(...P.rp$1.0.tit ... ., Title 5/8/25 , . ,PWC Registtatibir#: 1Q090Q8521. • ,.:,.12 • 1 Sequel Contractors Inc CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1. How many times in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a I 2 3 4 5+ construction contract with either a public or private owner? (Explain on a separate sheet.Identify all such projects by owner,owner's address,date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages.) 2. How many times in the last five years has your firm made any claim against a project owner concerning work on a project or payment for a 01 2 3 4 5+ contract and filed that claim in court or arbitration? (Explain on a separate sheet. Identify the claim(s)by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g."pending"or if resolved,a brief description of the resolutionl.) 3. How many times in the last five years has CaLOSHA cited and assessed penalties against your firm for any"serious,""willful" or 0 2 3 4 5+ violation(s)or the federal Occupational Safety and Health Administration cited and assessed penalties against your firm for violation(s)of safety or health regulations? NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include • information about it. 4. How many times during the last five years,has your firm been required to pay back wages and/or penalties related to state orfederal prevailing wage 00 1 2 3 4 5+ laws for work performed by your firm? (Explain on a separate sheet.Identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim[e.g. "pending"or,if resolved,a brief description of the resolution].) C-13 Y Bond No. Bid Bond BID BOND The American Institute of Architects, ALA Document No.A310(February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS,that we Sequel Contractors, Inc. as Principal hereinafter called the Principal,and Merchants Bonding Company (Mutual) a corporation duly organized under the laws of the state of Iowa as Surety,hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach as Obligee,hereinafter called the Obligee,in the sum of Ten percent of the total amount bid Dollars (S 10% ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves,our heirs, executors,administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for 17th Street Arterial Rehabilitation NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material famished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 29th day of April , 2025 Sequel Co i4to. -Ic. Witness • `��� (Seal) •ma's S�`=ck, President Name/Title Merchants Bonding Company (Mutual) Surety (Seal) BY: Witness Dougla Rapp Attorney=ii-Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 .c; i .fr= - rr r-e c',cx> 5 cS s.. r_n 2itaLc�ry,>r. .,=r c-tea:{SY ', '.c crccr Cs�• rt 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 Californiai` )W County of O eL- & ) On 11/79 12c before me, Daniel Btistarnante, Notary Public Date �� Here Insert Name and Title of the Officer personally appeared —Till O YVI(p S _ fI qc-. Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose nameca•) is/ire subscribed to the within instrument and acknowledged to me that he/fie/th-rey executed the same in his/Iler'yair authorized capacity('), and that by his/ i.r•signature(e) 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 •�• _ —�- d-- — is true and correct. DANI' r P BU -CaliforniaE WITNESS myhand and official seal. ♦ 1�F '" Notary Public•Caf `_ = ems= Los Angeles County /� y Commission;2513546 2L,L5c ' Q` _••.•" My Comm.Expires Mar 1,2029 C�'/ Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or • fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — 0 Limited ❑ General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact C Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator 0 Trustee ❑ Guardian or Conservator 0 Other: ❑ Other: Signer Is Representing: Signer Is Representing: : c � zc ocK. . < ,. .. .-••-; r..-,- 4 .••=7; :u- u> . u cti. g. �;v-=ct;r- .w.:c? ©2016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On Arr i t 2-(4 2025 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp • who proved to me on the basis of satisfactory evidence to be the person(.)whose names) is/erre subscribed to the within instrument and acknowledged to me that he/ oJ1 -sy executed the same in histherNicif authorized capacity(ree), and that by his !heir signaturefe)on the instrument the person($), 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. a��P�°°rHFSA ^DEElRASWANSON u ^ CiOMM.#2502022 X1 ; - wm NOTARY PUBLIC•CALIFORNIA 7i7 ORANGE COUNTY MY COMM,EXP,NOV 10,2028 N Signature lia).../\Q„ (Seal) 1.1 , . • • EONDI. NG COMPANY POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., • both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Douglas A Rapp;Timothy D Rapp their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, Contracts 'and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and Is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual)on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. • "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other Writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." in connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond, In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 3rd day of February , 2024 • .••"�NA .* •►►., ••`•'••.. MERCHANTS BONDING COMPANY(MUTUAL) :.•'t*{�. .: , �QNG'.:, .• MERCHANTS NATIONAL BONDING,INC. y o O/??'o' . D :P :9 '1; d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY A • /414 j 2003 :;i� :y' .1933 ; By d' � ter: .. .• • 3y '' `• President STATE OF IOWA '•., 1 ..`' -•+. ,�., 4. COUNTY OF DALLAS ss. ►►►.""`.. On this 3rd day of February 2024 , before me appeared Larry Taylor, to me personally known;who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. `I1k. Penni Miller p. •-• z �- Commission Number 787952 of • • n•�.0 • My Commission Expires IGW4P January 20,2027 (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed theseal of the,Companies on this 2 7f&day of Agri 202.5, •.110 Nq�' .': +,t�0'.CO A , 4 P 0 N T� _''• 2003 ;`s) 33 ,Y • Secretary POA 0018 (1/24) .►""" ' SEQ\ EL_ Coi3T1240\c_-7-0f, INc• r �H b 1�PEle1 }{wy P St9c2,0 Gs, co, 90(270 err,c 0)c -k vIJTi t.YU70 IS€60-1 Za�v Yvkp+IJ S-€r # tt Q NTI N G-Tor,\ '5EA*-i-I,CP 9214 LIB N. Cat CLEW-K- City ofIfunti Public yyoBeach PO Box)90 fang of-ric-1f\-k- 0 Se-Ctiarckl 2009 Main Stream Huntington Beach,CA �6��2702 Ncsr UP s �� /�►c I F 11,{}s I L l TRTI a IJ CC_A- 7 7 I �C�