Loading...
HomeMy WebLinkAboutAll American Asphalt - 2025-06-03 (2) 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. . '� —..� .. -----------—