Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAGMT - All American Asphalt (FY19-20 Arterial Street Resurfacing Program--Bolsa Avenue Proj CIP No ST2003)RECORDING REQUESTED BY
AND WHEN RECORDED MAIL TO
CITY OF SEAL BEACH
Attn: City Clerk
211 - 8th Street
Seal Beach, CA 90740
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
VIII 1�[J III 1111I 1111 111 �1111 11111 Jll� �1111 �1111 11111111111111 NO FEE
*$ R 0 0 1 2 b 7 1 9 7 0$*
2021000213362 1: 36 PM 03129121
371 503A N 12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00
RECEIVEDSpace of above this line for Recorder's use.
APR 0 6 2021 No Recording Fee Pursuant to Government Code Section 6103, 27383 "•'"
CI'1'V NOTICE OF COMPLETION IIp
j
CITY OF SEAL BEACH N r'
Notice pursuant to Civil Code Section 9204, must be filed within 15 days after completion.
Notice is hereby given that:
1. The undersigned is owner or corporate officer of the owner of the interest or estate stated
below in the property hereinafter described:
2. The full name of the owner is: City of Seal Beach.
3. The address of the owner is: 211 — 8th Street, Seal Beach, CA 90740.
4. The nature of the interest or estate of the owner is: In Fee. The City of Seal Beach.
5. A work of improvement on the property hereinafter is described as substantially completed on
January 12, 2021. The work was FY19-20 Arterial Street Resurfacing Program CIP ST2003
6. The name of the contractor(s), if any, for such improvement was: All American Asphalt. The
date of the Contract Award was October 26, 2020.
7. The property on which said work of improvement was completed in the City of Seal Beach,
County of Orange, State of California, and is described as follows: Bolsa Avenue between
Pacific Coast Highway and Balboa Drive.
Date: 23 2
Director o ublic Works, P.15, City of Seal Beach
Signature of owner or corporate officer of owner
named in paragraph 2 or agent.
VERIFICATION
I, the undersigned, say: the Director of Public Works declarant of the foregoing notice of
completion; have read said notice of completion and know the contents thereof; the same is true
of my own knowledge.
I declare under penalty of perjury the foregoing is true and correct.
Executed on 2' 2021, at Seal Beach, California.
( ate ofSignature)
Director P lic �rk, ofSeal Beach
PUBLIC WORKS AGREEMENT
FY2019-2020 ARTERIAL STREET RESURFACING PROGRAM - BOLSA AVENUE
PROJECT CIP NO. ST2003
between
City of Seal Beach
211 - 8th Street
Seal Beach, CA 90740
E�
All American Asphalt
400 E. Sixth Street
Corona, CA 92879
(951) 736-7600
(951) 736-4676 - FAX
THIS CONTRACT ("Contract') is made as of October 26, 2020, by and between the
City of Seal Beach, a California charter city ("City"), and All American Asphalt, a
California corporation, ("Contractor").
RECITALS
A. WHEREAS, the City Council has approved the plans and specifications for the
FY2019-2020 Arterial Street Resurfacing Program — Bolsa Avenue, Project CIP
No. ST2003 ("Project") with respect to design criteria; and
B. WHEREAS, Contractor has submitted a Bid to City for the Project dated October
14, 2020 in the amount of $199,531.50 ("Bid" hereinafter). The Bid is attached
hereto and contains, among other things, provisions defining the Project scope.
NOW, THEREFORE, in consideration of performance by the parties of the
mutual promises, covenants, and conditions herein contained, the parties hereto agree
as follows:
CONTRACT
1. Contractor's Services.
1.1 Scope and Level of Services. For and in consideration of the
mutual promises set forth herein, and subject to the terms and conditions set forth in
this Contract, Contractor shall perform and complete in good and workmanlike manner
all work ("Work") required by this Contract and the documents listed in Subsection 1.2
for the Project.
1.2 Contract Documents. The "Contract Documents" that comprise the
agreement between the City and the Contractor are the: Notice Inviting Sealed Bids,
Instructions to Bidders, Accepted Bid Proposal Form, Non -Collusion Declaration, Bid
Schedule(s), List of Subcontractors, Contractor's Industrial Safety Record, Contractor's
Qualification Statement, Bid Security Forms for Check or Bond, Specifications, General
and Special Provisions and documents referenced therein, all addenda as prepared
prior to the date of Bid opening setting forth any modifications or interpretations of any
of said documents, this Contract, Exhibits attached to this Contract, including but not
limited to the Performance Bond (Exhibit A), Payment Bond (Exhibit B), Workers'
Compensation Insurance Certificate (Exhibit C), Insurance Endorsements (Exhibit D),
Acknowledgment of Penal and Civil Penalties Concerning Contractor Licensing Laws
(Exhibit E), Labor Law Requirements (Exhibit F), Indemnification and Hold Harmless
Contract (Exhibit G), Accepted Bid Proposal Form and any and all supplemental
agreements executed amending or extending the Work contemplated and that may be
required to complete the Work in a substantial and acceptable manner. These Contract
Documents are hereby incorporated into this Contract.
1.3 The Work shall be performed in accordance with the Plans,
Specifications and other Contract Documents. Contractor shall furnish at its own
expense all labor, materials, equipment and services necessary therefor, except such
labor, materials, equipment and services as are specified in the Contract Documents to
be furnished by City.
1.4 In the event of any material discrepancy between the express
provisions of this Contract and the provisions of the other Contract Documents, the
provisions of this Contract shall prevail.
2. Effective Date. This Contract is effective as of October 26, 2020 (the
"Effective Date"), and shall remain in full force and effect until Contractor has rendered
the services required by this Contract.
3. Payment. For performing and completing the Work in accordance with the
Contract Documents, City shall pay Contractor, in full compensation therefor, the
amount of $199,531.50, subject to any additions and deletions pursuant to the terms of
the Contract Documents. Said sum shall constitute payment in full for all Work
performed hereunder, including, without limitation, all labor, materials, equipment, tools
and services used or incorporated in the Work, supervision, administration, overhead,
expenses and any and all other things required, furnished or incurred for completion of
the Work as specified in the Contract Documents. City shall make payments to
Contractor on account of the Contract sum at the time, in the manner, and upon the
conditions specified in the Contract Documents. The City Manager may authorize extra
work to fund unforeseen conditions up to the amount approved at the time of award by
the City Council. Payment for additional work in excess of this amount requires prior
City Council authorization.
4. Contractor's Personnel.
4.1 All Work shall be performed by Contractor or under Contractor's
direct supervision, and all personnel shall possess the qualifications, permits, and
licenses required by state and local law and by the Notice Inviting Bids/Instructions to
Bidders to perform such Services, including, without limitation, a City of Seal Beach
business license as required by the Seal Beach Municipal Code.
4.2 Contractor shall be responsible for payment of all employees'
wages and benefits, and shall comply with all requirements pertaining to employer's
liability, workers' compensation, unemployment insurance, and Social Security.
Contractor shall fully comply with the workers' compensation law regarding Contractor
and Contractor's employees.
4.3 Contractor shall indemnify and hold harmless City and its elected
officials, officers, employees, servants, designated volunteers, and agents serving as
independent contractors in the role of City officials, from any and all liabilities, damages,
claims, costs and expenses of any nature to the extent arising from Contractor's alleged
violations of personnel practices.
4.4 Contractor is, and shall at all times remain as to City, a wholly
independent contractor. Contractor shall have no power to incur any debt, obligation, or
liability on behalf of City or otherwise act as an agent of City. Neither City nor any of its
agents shall have control over the conduct of Contractor or any of Contractor's
employees, except as set forth in this Contract. Contractor shall not, at any time, or in
any manner, represent that it or any of its officers, agents, or employees are in any
manner employees of City. Contractor shall pay all required taxes on amounts paid to
Contractor under this Contract, and indemnify and hold City harmless from any and all
taxes, assessments, penalties, and interest asserted against City by reason of the Work
performed pursuant to this Contract.
4.5 City shall have the right to offset against the amount of any fees
due to Contractor under this Contract any amount due to City from Contractor as a
result of Contractor's failure to promptly pay to City any reimbursement or
indemnification arising under this Section 4.
5. Indemnification.
5.1 Contractor's Duty. Contractor shall defend, indemnify, and hold the
City, its elected officials, officers, employees, volunteers, agents, and those City agents
serving as independent contractors in the role of City officials (collectively
"Indemnitees") free and harmless from and against any and all claims (including, without
limitation, claims for bodily injury, death or damage to property), demands, obligations,
damages, actions, causes of action, suits, losses, bid protests, stop notices, judgments,
fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's
fees, disbursements and court costs) of every kind and nature whatsoever (individually,
a "Claim," collectively, "Claims"), in any manner arising out of or incident to the
performance of the Contract, including without limitation, the payment of all
consequential damages and attorneys' fees and other related costs and expenses.
Further, Contractor shall appoint competent defense counsel, at Contractor's own cost,
expense and risk, to defend any and all such suits, actions or other legal proceedings of
every kind arising out of or incident to the performance of the Contract that may be
brought or instituted against Indemnitees. Contractor shall pay and satisfy any
judgment, award or decree that may be rendered against City or the other Indemnitees
in any such suit, action, or other legal proceeding arising out of or incident to the
performance of the Contract. Contractor shall reimburse the City and the other
Indemnitees, for any and all legal expenses and costs incurred by each of them in
connection therewith or in enforcing the indemnity herein provided. Contractor's
obligation to indemnify shall not be restricted to insurance proceeds, if any, received by
Contractor or Indemnitees. This indemnity shall apply to all Claims and liability
regardless of whether any insurance policies are applicable.
5.2 Bid Protests. In addition to its obligations pursuant to Section 5.1,
Contractor shall reimburse the City for all attorneys' fees and costs incurred by City in
connection with, arising out of or incident to any Bid protest.
5.3 Civil Code Exception. Nothing in this Section 5 shall be construed
to encompass Indemnitees' sole negligence or willful misconduct to the limited extent
that the underlying Contract is subject to Civil Code Section 2782(a) or the City's active
negligence to the limited extent that the underlying Contract Documents are subject to
Civil Code Section 2782(b), provided such sole negligence, willful misconduct or active
negligence is determined by agreement between the parties or by the findings of a court
of competent jurisdiction.
5.4 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any
rights that they may possess against Contractor because of the acceptance by City, or
the deposit with City, of any insurance policy or certificate required pursuant to this
Contract.
5.5 Waiver of Right of Subrogation. Contractor, on behalf of itself and
all parties claiming under or through it, hereby waives all rights of subrogation against
the Indemnitees, while acting within the scope of their duties, from all claims, losses,
and liabilities arising out of or incident to activities or operations performed by or on
behalf of the Indemnitor.
5.6 Survival. The provisions of this Section 5 shall survive the
termination of the Contract and are in addition to any other rights or remedies that
Indemnitees may have under the law. Payment is not required as a condition precedent
to an Indemnitee's right to recover under this indemnity provision, and an entry of
judgment against a Contractor shall be conclusive in favor of the Indemnitee's right to
recover under this indemnity provision.
6. Insurance.
6.1 Liability Insurance. Contractor shall procure and maintain in full
force and effect for the duration of this Contract insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the
performance of the services hereunder by Contractor, and its agents, representatives,
employees and subcontractors. The policy limits set forth below do not act as a
limitation upon the amount of indemnification to be provided by Contractor. Contractor
shall complete and execute the following documents attached as Exhibits hereto and
incorporated herein by this reference:
6.1.1 Exhibit D-1: Additional Insured Endorsement -
Commercial General Liability.
6.1.2 Exhibit D-2: Additional Insured Endorsement -
Automobile Liability.
6.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
6.2.1 Insurance Services Office Commercial General Liability
coverage (occurrence form CG 0001).
6.2.2 Insurance Services Office form number CA 0001 (Ed.
1/87) covering Automobile Liability, code 1 (any auto).
6.2.3 Insurance Services Office form number CG 20 10 11 85
(Ed. 11/85) covering Additional Insured—Owners, Lessees or Contactors (Form B).
6.2.4 Workers' Compensation insurance as required by the
State of California and Employer's Liability Insurance.
6.3 Minimum Limits of Insurance. Contractor shall maintain limits no
less than:
6.3.1 General Liability: $2,000,000 per occurrence and in the
aggregate for bodily injury, personal injury and property damage. Commercial General
Liability Insurance or other form with a general aggregate limit shall apply separately to
this Contract or the general limit shall be twice the required occurrence limit.
6.3.2 Automobile Liability: $2,000,000 per occurrence for bodily
injury and property damage.
6.3.3 Employer's Liability: $1,000,000 per occurrence and in
the aggregate for bodily injury or disease; and Workers' Compensation Insurance in the
amount required by law.
6.4 Deductibles and Self -Insured Retentions. Contractor shall inform
City of any deductibles or self-insured retentions except with respect to any professional
liability insurance.
6.5 Other Insurance Provisions. The general liability and automobile
liability policies are to contain, or be endorsed to contain, the following provisions:
6.5.1 City, its officers, officials, employees, designated
volunteers and agents serving as independent contractors in the role of City officials,
are to be covered as additional insureds as respects: liability arising out of activities
performed by or on behalf of Contractor; products and completed operations of
Contractor; premises owned, occupied or used by Contractor; or automobiles owned,
leased, hired or borrowed by Contractor. The coverage shall contain no limitations on
the scope of protection afforded to City, its officers, officials, employees, designated
volunteers or agents serving as independent contractors in the role of City officials
which are not also limitations applicable to the named insured.
6.5.2 For any claims related to this Contract, Contractor's
insurance coverage shall be primary insurance as respects City, its officers, officials,
employees, designated volunteers and agents serving as independent contractors in the
role of City officials. Any insurance or self-insurance maintained by City, their officers,
officials, employees, designated volunteers or agents serving as independent
contractors in the role of City officials shall be excess of Contractor's insurance and
shall not contribute with it.
6.5.3 Contractor's insurance shall apply separately to each
insured against whom claim is made or suit is brought, except with respect to the limits
of the insurer's liability.
6.5.4 Each insurance policy required by this Section 6 shall be
endorsed to state that coverage shall not be canceled or materially modified except
after 30 days prior written notice by first class mail has been given to City.
6.5.5 Each insurance policy, except for any professional
liability policy, required by this Section 6 shall expressly waive the insurer's right of
subrogation against City and its elected officials, officers, employees, servants,
attorneys, designated volunteers, and agents serving as independent contractors in the
role of City or agency officials.
6.6 Acceptability of Insurers. Insurance is to be placed with insurers
with a current A.M. Best's rating of no less than A:VIII unless waived in writing by City's
Risk Manager.
6.7 Verification of Coverage. All insurance coverages shall be
confirmed by execution of endorsements on forms approved by the City. The
endorsements are to be signed by a person authorized by that insurer to bind coverage
on its behalf. All endorsements are to be received and approved by City before
services commence. As an alternative to City forms, Contractor's insurer may provide
complete, certified copies of all required insurance policies, including endorsements
effecting the coverage required by these specifications.
7. Liquidated Damages. Should the Contractor fail to complete the Project,
or any part thereof, in the time agreed upon in the Contract, the Contractor shall
reimburse the City for the additional expense and damage for each calendar day that
the Contract remains uncompleted after the Contract completion date. It is agreed that
the amount of such additional expense and damage incurred by reason of failure to
complete the Contract is the per diem rate of $500.00 per calendar day. Such amount
is hereby agreed upon as liquidated damages for the loss to the City resulting from the
failure of the Contractor to complete the Project within the allotted time and to the value
of the operation of the works dependent thereon. It is expressly understood and agreed
that this amount is a reasonable amount and is established in lieu of damages that are
incapable of calculation at the inception hereof; and this amount is not to be considered
in the nature of a penalty. The City shall have the right to deduct such damages from
any amount due, or that may become due to the Contractor, or the amount of such
damages shall be due and collectible from the Contractor or the Contractor's Surety.
Progress payments made after the scheduled completion date shall not constitute a
waiver of liquidated damages.
8. Suspension. City may, in writing, order Contractor to suspend all or any
part of the Contractor's Services for the convenience of City or for work stoppages
beyond the control of City or Contractor. A suspension of the Services does not void
this Contract.
9. Notices. Any notices, bills, invoices, or reports authorized or required by
this Contract shall be in writing and shall be deemed received on (a) the day of delivery
if delivered by hand or overnight courier service during Contractor's and City's regular
business hours or by facsimile before or during Contractor's regular business hours; or
(b) on the third business day following deposit in the United States mail, postage
prepaid, to the addresses heretofore set forth in the Contract, or to such other
addresses as the parties may, from time to time, designate in writing pursuant to the
provisions of this Section. All notices shall be addressed as follows:
If to City: City Clerk
City of Seal Beach
211 -8th Street
Seal Beach, California 90740
Telephone: (562) 431-2527
Fax: (562) 493-9857
With a copy to:
Public Works Director
City of Seal Beach
211 -8th Street
Seal Beach, California 90740
If to Contractor: All American Asphalt
400 E. Sixth Street
Corona, CA 92879
Telephone: (951) 736-7600
Fax: (951) 736-4676
Attn: Mark Luer, President
10. Non -Assignability: Subcontracting. Contractor shall not assign, transfer,
or subcontract any interest in this Contract or the performance of any of Contractor's
obligations hereunder. Any attempt by Contractor to so assign, transfer, or subcontract
any rights, duties, or obligations arising hereunder shall be null, void and of no effect.
11. Compliance with Laws. Contractor shall comply with all applicable federal,
state and local laws, ordinances, codes and regulations in force at the time Contractor
performs the Services.
12. Non -Waiver of Terms, Rights and Remedies. Waiver by either party of
any one or more of the conditions of performance under this Contract shall not be a
waiver of any other condition of performance under this Contract. In no event shall the
making by City of any payment to Contractor constitute or be construed as a waiver by
City of any breach of covenant, or any default which may then exist on the part of
Contractor, and the making of any such payment by City shall in no way impair or
prejudice any right or remedy available to City with regard to such breach or default.
13. Attorneys' Fees. In the event that either party to this Contract shall
commence any legal action or proceeding to enforce or interpret the provisions of this
Contract, each party shall be responsible for their own attorneys' fees.
14. Construction. The validity, interpretation, and performance of this
Contract shall be controlled by and construed under the laws of the State of California,
with venue in Orange County, California. In the event of any asserted ambiguity in, or
dispute regarding the interpretation of any matter herein, the interpretation of this
Contract shall not be resolved by any rules of interpretation providing for interpretation
against the party who causes the uncertainty to exist or against the party who drafted
the Contract or who drafted that portion of the Contract.
15. Workers' Compensation. Labor Code Sections 1860 and 3700 provide
that every contractor will be required to secure the payment of compensation to its
employees. In accordance with the provisions of Labor Code Section 1861, by signing
this Contract, the Contractor certifies as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers'
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."
16. Prevailinq Wages. The City and the Contractor acknowledge that the
Project is a public work to which prevailing wages apply.
17. Entire Contract. This Contract, including any other documents
incorporated herein by specific reference, represents the entire and integrated
agreement between Contractor and City. This Contract supersedes all prior oral or
written negotiations, representations, or agreements. This Contract may not be
amended, nor any provision or breach hereof waived, except in a writing signed by the
parties which expressly refers to this Contract.
18. Severability. The invalidity in whole or in part of any provisions of this
Contract shall not void or affect the validity of the other provisions of this Contract.
19. Titles and Headings. The titles and headings used in this Contract are for
convenience only and shall in no way define, limit or describe the scope or intent of this
Contract or any part of it.
20. Authority. Any person executing this Contract on behalf of Contractor
warrants and represents that he or she has the authority to execute this Contract on
behalf of Contractor and has the authority to bind Contractor to the performance of its
obligations hereunder.
21. Counterparts. This Contract may be executed in counterpart originals,
duplicate originals, or both, each of which is deemed to be an original for all purposes.
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Contract as of the date first written above.
CITY OF SEAL BEACH
By.
JttrR. Ingram, City Mpat
Attes
By. -
ora D. Har0r, Cite, f
Approved
By: -
raig Steele, City Attorney
CONTRACTOR:
,�►1an
-� �. -�_•- Name:
Title: sglgmki!�l
(Please note, two signatures requirej for
corporations pursuant to California Corporations
Code Section 313.
EXHIBIT A
FAITHFUL PERFORMANCE BOND
Premium is for contract term and is subject to adjustment based on final contract price Bond NO. 7664437
PERFORMANCE BOND Premium: $788.00
Executed in Two (2) parts
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Seal Beach ("City"), has awarded to All American Asphalt
400 East Sixth Street, Corona CA 92879
("Principal")
(Name and address of contractor)
a contract (the "Contract") for the Work described as follows:
FY19/20 ARTERIAL STREET RESURFACING PROGRAM BOLSA AVENUE
(Project name)
WHEREAS, Principal is required under the terms of the Contract to furnish a Bond for the
faithful performance of the Contract.
NOW, THEREFORE, we, the undersigned Principal, and Fidelity and Deposit Company of Maryland
777 S. Figueroa Street, Suite 3900 Los Angeles CA 90017
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto the City in the penal sum of one Hundred Ninety Nine Thousand Five
Hundred Thirty One & 50/100 ---------------------------------------------------------------
Dollars ($199,531.50 ), this amount being not less than the total Contract Price, in
lawful money of the United States of America, for the payment of which sum well and truly to be
made, we bind ourselves, our heirs, successors executors and administrators, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his,
her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and
abide by, and well and truly keep and perform the covenants, conditions and provisions in the
Contract and any alteration thereof made as therein provided, on the Principal's part, to be kept
and performed at the time and in the manner therein specified, and in all respects according to
their true intent and meaning, and shall indemnify and save harmless the City, its officers,
agents and employees, as therein stipulated, then this obligation shall become null and void;
otherwise, it shall be and remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefor, there
shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred
by City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment
rendered_ Surety hereby waives any statute of limitations as it applies to an action on this Bond.
The Surety hereby stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the Contract or of the Work to be performed thereunder or the
specifications accompanying the same shall in anywise affect its obligations under this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract or to the Work or to the specifications. Surety hereby waives the
provisions of California Civil Code Sections 2845 and 2849. The City is the principal beneficiary
of this Bond and has all rights of a party hereto.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and
Surety, on the date set forth below, the name of each corporate party being hereto affixed and
these presents duly signed by its undersigned representative(s) pursuant to authority of its
governing body.
Dated: October 26, 2020
"Principal"
"Surety"
All American Asphalt Fidelity and Deposit Company of Maryland
By.-
By:
y:
By:
(Seal)
Its
illiam Syrkin, Attorney -in -Fact
(Seal)
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. DATE OF BOND MUST NOT
BE BEFORE DATE OF CONTRACT. Surety companies executing Bonds must appear on the
Treasury Department's most current list (Circular 570 as amended) and be authorized to transact
business in the State where the project is located.
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. accuracv. or validity of that document.
State of California
County of Riverside
On October 26, 2020 before me, B. Royster, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Edward J. Carlson and Michael Farkas
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
•s B. ROYSTER person(s) whose name(s) is/are subscribed to the within instrument
Notary Public •California and acknowledged to me that he4l4e/they executed the same in
Riverside County
Commission # 2260352 hisAw/their authorized capacity(ies), and that by hisA;w/their
My Comm. Expires Oct 26, 2022 signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESImand seal.
Signature
Place Notary Seal Above Signatu Iyof 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 Performance Bond — City of Seal Beach
Document Date: October 26, 2020 Number of Pages: 5
Signer(s) Other Than Named Above: William Svrkin, Attorney -in -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Edward J. Carlson
❑ Individual
X Corporate Officer — Title(s): Vice President
❑ Partner F ❑ Limited ❑ General
❑ Attorney in Fact OF SIGNER
❑ Trustee
❑ Other:
Top of thumb here
Signer's Name: Michael Farkas
❑ Individual
X Corporate Officer — Title(s): Secretary
❑ Partner r ❑ Limited ❑ General
❑ Attorney in Fact M1
❑ Trustee
❑ Other:
Signer is Representing:
Signer is Representing:
Top of thumb here
CALIFORNIA
OD
'Ns�:�:s�t �: s�ati:/. •�:� /�:!:�f 2N:;:/. /'•<�ri' r r.C:%:�ri:�rid v:C•.d-lr�Rri" �✓:ter/� ./:�•�'-',:nCrrdar
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 10/15/2020 before me, Liliana Gomez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared William Syrkin
Name(*of Signerj*
who proved to me on the basis of satisfactory evidence to be the person* whose name(8� is/age
subscribed to the within instrument and acknowledged to me that he/she/tiwy executed the same in
his/her/their authorized capacity ►jibs,), and that by his/hecMiair signature�4on 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.
LILIANA GOMEZ WITNESS my hand and official seal
emy
Notary Public . CaliforniaOrange CountyCommission # 2243326 Signature Comm. Expires May 20, zozz Signature of Notary Public
Place Notary Sea/ Above
OP77ONAL
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: Performance Bond No. 7664437 Document Date: 10/26/2020
Number of Pages: Two(2) Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: William Syrkin
❑ Corporate Officer — Title(s):
1:1 Partner — EI Limited O General
❑ Individual RAttomey in Fact
❑ Trustee ❑ Guardian or Conservator
• Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
❑ Corporate Officer — Title(s):
O Partner — ❑ Limited O General
❑ Individual 0 Attorney in Fact
O Trustee O Guardian or Conservator
O Other:
Signer Is Representing:
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomevs-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 26th day of October 2020
SICAL 0:1
By: Brian M. Hodges
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
www.reportsfclaimsna_ zurichna com
800-626-4577
PRF7664437
Bond Number
City of Seal Beach
Obligee
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
Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint William Syrkin , 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 26th day of October A.D. 2020
ftAL � � t "' g
�� s w +� �!r
r
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
'��-`�t�tt�L (� t,�l•G6�Gt Yom.__.
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 26th day of October ' A.D. 2020 before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, Robert D. Murray, 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 swom,
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.
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2023
No. 2479-4
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California,
Fidelity and Deposit Company of Maryland
oflllinois, organized under the laws oflllinois, subject to its Articles oflncorporation or otherfundamental
organizational documents, is hereby authorized to transact within this State, subject to all provisions ofthis
Certificate, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle,
Automobile, Aircraft and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance LaMar of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 12`h day of March,
2019,1 have set my hand and caused my official seal to be affixed this
l2'h day of Afarch, 2019.
Ricardo Lara
insurance Commissioner
,
By Valerie Sarfaty
for Catalina Hayes -Bautista
Insurance Chief Deputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after
issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
EXHIBIT B
PAYMENT BOND
Bond No. 7664437
Premium Included in Performance Bond
PAYMENT BOND Executed in Two (2) parts
(LABOR AND MATERIALS)
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Seal Beach ("City"), State of California, has awarded to
All American Asphalt - 400 East Sixth Street, Corona, CA 92879
("Principal")
(Name and address of Contractor)
a contract (the "Contract") for the Work described as follows:
FYI 9/20 ARTERIAL STREET RESURFACING PROGRAM — BOLSA AVENUE
(Project name)
WHEREAS, under the terms of the Contract, the Principal is required before entering upon the
performance of the Work, to file a good and sufficient payment Bond with the City to secure the
claims to which reference is made in Title 3 (commencing with Section 9000) of Part 6 of
Division 4 of the Civil Code.
NOW, THEREFORE, we, the undersigned Principal, and Fidelity and Deposit Company of Maryland
777 S. Figueroa Street. Suite 3900 Los Angeles CA 90017
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto the City and all contractors, subcontractors, laborers, material
suppliers, and other persons employed in the performance of the Contract and referred to in
Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the Civil Code in the penal sum
of One Hundred Ninety Nine Thousand Five Hundred Thirty One & 50/100 -----------------------------------------
Dollars ($199,531.50 ), for materials furnished or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Act with respect to this Work or labor, that the Surety
will pay the same in an amount not exceeding the amount hereinabove set forth, and also in
case suit is brought upon this Bond, will pay, in addition to the face amount thereof, costs and
reasonable expenses and fees, including reasonable attorneys' fees, incurred by City in
successfully enforcing this obligation, to be awarded and fixed by the court, and to be taxed as
costs and to be included in the judgment therein rendered.
It is hereby expressly stipulated and agreed that this Bond shall inure to the benefit of any and
all persons, companies, and corporations entitled to file claims under Title 3 (commencing with
Section 9000) of Part 6 of Division 4 of the Civil Code, so as to give a right of action to them or
their assigns in any suit brought upon this Bond.
Upon expiration of the time within which the California Labor Commissioner may serve a civil
wage and penalty assessment against the principal, any of its subcontractors, or both the
principal and its subcontractors pursuant to Labor Code Section 1741, and upon expiration of
the time within which a joint labor management committee may commence an action against the
principal, any of its subcontractors, or both the principal and its subcontractors pursuant to
Labor Code Section 1771.2, if the condition of this Bond be fully performed, then this obligation
shall become null and void; otherwise, it shall be and remain in full force and effect.
The Surety hereby stipulates and agrees that no change, extension of time, alteration, or
addition to the terms of the Contract or the Specifications accompanying the same shall in any
manner affect its obligations on this Bond, and it does hereby waive notice of any such change,
extension, alteration, or addition.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and
Surety, on the date set forth below, the name of each corporate party being hereto affixed and
these presents duly signed by its undersigned representative(s) pursuant to authority of its
governing body.
Dated: October 26, 2020
"Principal" "Surety"
All American Asphalt Fidelity and Deposit Company of Maryland
By: ,�."�� By:
Its �"ll
Syrkin, Attorney -in -Fact
By: By:
Its Ll -JA A144W C" dC rn.D rftAD.. Its
(seat)
(Seal)
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. DATE OF BOND MUST
NOT BE BEFORE DATE OF CONTRACT. Surety companies executing Bonds must appear on the
Treasury Department's most current list (Circular 570 as amended) and be authorized to transact
business in the State where the project is located.
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 validitv of that document.
State of California
County of Riverside
On October 26, 2020 before me, B. Royster, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Edward J. Carlson and Michael Farkas
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
aMy
B. ROYSTEER and acknowledged to me that he/she/they executed the same in
Notary Public CaliforniahisAhef/their authorized ca acit les and that b hisA;w/their
Riverside County P Y( ) YCommission # 2260352 signature(s) on the instrument the person(s), or the entity upon behalf
Comm. Expires Oct 26, 2022 of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my and an fficial seal.
Signature
Place Notary Seal Above SignatV 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 Payment Bond — City of Seal Beach
Document Date: October 26, 2020 Number of Pages: 5
Signer(s) Other Than Named Above: William Syrkin, Attorney -in -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Edward J. Carlson
❑ Individual
X Corporate Officer — Title(s): Vice President
❑ Partner C ❑ Limited ❑ General
❑ Attorney in Fact OF SIGNER
❑ Trustee
❑ Other:
Top of thumb here
Signer's Name: Michael Farkas
❑ Individual
X Corporate Officer — Title(s): Secretary
❑ Partner ❑ ❑Limited ❑General
❑ Attorney in Fact '
❑ Trustee
❑ Other:
Signer is Representing: I I Signer is Representing:
Top of thumb here
CALIFORNIA
• • • CIVIL •
DE § 1189
ntl:'�!:\'�\C/-.\• ::/,:'�/`./; '� !��!�\2 �2 \C/.�.`/:,• �.i:�e/. 1.. .•/a•-�.�ti:.t/:�./ao/i./-'.
.�✓: Wit.-.\.i�'.i�. � c�t��. �cnt.
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 10/15/2020 before me, Liliana Gomez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared William
NameKof Signerfsl
who proved to me on the basis of satisfactory evidence to be the person(* whose name(b3 is/We
subscribed to the within instrument and acknowledged to me that he/she/tftey executed the same in
his/haC/their authorized capacity, and that by his/hsc/their signature�4on 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.
„o..h LILIANAGOMEZ
Notary Public' California
Orange
County ,^ �' 1
Commission # 2243326 Signature // [!/lJ 42�
��•"'' My Comm. Expires May 20, 2022 Signature o Notary Publlc
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. 7664437 Document Date: 10/26/2020
Number of Pages: Two(2) Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: William Svrkin
0 Corporate Officer — Title(s):
❑ Partner — O Limited ❑ General
O Individual 2Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
0 Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
O Corporate Officer — Title(s):
El Partner — O Limited O General
❑ Individual ❑ Attorney in Fact
O Trustee 0 Guardian or Conservator
❑ Other:
Signer Is Representing:
LS\�!�\'!:\ \. •\•!L\� < \,!i<Y \✓ \�/�\�!i\�1�.\�/:<✓%\ \. ,ter\'!:\.:. \ s\✓,%\._ .., •\✓i\'� \✓' ✓. /.'ri: ✓�-J:'!i�
•\��\`''•\�•\`�.� 02014 National Notary Association - www.NationaiNotary.org - 1 -800 -US NOTARY - (1-800-876-6827) Item #6907
\. it iii\iii•\�,.\'/,:\. \./,.-✓i•\✓i\.
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomevs-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 attomeys-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 I Oth 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 October > 2020 .
ISAL
�N
,«.
By: Brian M. Hodges
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
www.reportsfclaimsAzurichna.com
800-626-4577
PRF7664437
Bond Number
City of Seal Beach
Obligee
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
Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint William Syrkin , 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 26th day of October A.D. 2020
wow �•�'
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
\Vice President
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 26th day of October , A.D. 2020 , before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, Robert D. Murray, 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 swom,
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.
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2023
No. 2479-4
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California,
Fidelity and Deposit Company of Maryland
offl inois, organized under the laws oflllinois, subject to its Articles oflncorporation or otherfundamental
organizational documents, is hereby authorized to transact within this State, subject to all provisions of this
Certificate, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle,
Automobile, Aircraft and Miscellaneous
as such classes are now or may hereafter be defined in the insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 121 day of March,
2019, I have .set my hand and caused my official seal to be affixed this
12`h day of March, 2019.
Ricardo Lara
Insurance Commissioner
By Valerie Sarfaty
for Catalina Hayes -Bautista
Insurance Chief Deputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after
issuance of this Certificate ofAuthority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
EXHIBIT C
WORKER'S COMPENSATION INSURANCE CERTIFICATE
EXHIBIT D-1
ADDITIONAL INSURED ENDORSEMENT
COMMERCIAL GENERAL LIABILITY
(INSERT INSURANCE CERTIFICATE SHOWING COMMERCIAL GENERAL LIABILITY]
EXHIBIT D-2
ADDITIONAL INSURED ENDORSEMENT
AUTOMOBILE LIABILITY
[INSERT INSURANCE CERTIFICATE SHOWING AUTOMOBILE LIABILITY]
�1
CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
10/16/2020
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
Ed ewood Partners Insurance Center
P.O. Box 5003
San Ramon, CA 94583
CONTACT
NAME: _ Certificates Department
PHONE
t)� __ _ 925-244-7700 ac Noll: 925-901-0671
E-MAIL
ADDRESS_ EPICcerts@eplcbrokers.com
INSURER(S) AFFORDING COVERAGE NAIC 8
cbrokers.com
wCA LICENSE #0829370
INSURERA: Arch Specialty Insurance Company 21199
INSSUREDURED
All American Asphalt
P.O. BOX 2229
Corona CA 92878
INSURER B: Zurich American Insurance Company 16535_
INSURER C: Great American Insurance Company 16691
INSURER D:
INSURER E:
INSURER F:
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
LTR
ADDL SUBR POLICEFF
TYPE OF INSURANCE wynPOLICY NUMBER (MM/56/1`Y
POLICY EXP
MWDD/YYYY
LIMITS
A
✓ COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE ,/ OCCUR
IDPC1005856-04 8/1/2020
8/1/2021
EACH OCCURRENCE $1000000
DAMAGE TO RENTED
PREMISES Ea occurrence $ 100 000
_MED EXP (Any one person) $
---- -- —
----
PERSONAL &ADV INJURY $ 1 OOO OOO
--- --
GEN'LAGGREGATELIMITAPPLIESPER:
POLICY LJ PRO-
] L LOC
�AlOMOBILE
_
GENERAL AGGREGATE $2,000,000
PRODUCTS -COMP/OP AGG $ 2 000 000
OTHER: !
$
B
✓
LIABILITY
ANY AUTO
_
OWNED I SCHEDULED
BAP5571088-08 8/1/2020
8/1/2021
COMBINED SINGLE LIMIT
Ea accident $2000000
BODILY INJURY (Per person) $
-
BODILY INJURY (Per accident) $
✓
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY �✓ J AUTOS ONLY
PROPERTY DAMAGE
Per accident $
C
UMBRELIALIABI/
EXCESS LIAB
occuR
,CLAIMS -MADE
TUE347483600
8/1/2020
8/1/2021
EACH OCCURRENCE $5,000,000
AGGREGATE $5,000,000
B
N / A!
WC593205707
8/1/2020
8/1/2021
DED ✓ RETENTION $10,000 1
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANYPROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
Following -Form $
PER OTH-
✓ STATUTE ER
E.L. EACH ACCIDENT $ 1 OOO OOO
(Mandatory In NH)
If yes, describe under
E.L. DISEASE - EA EMPLOYEE $
E.L. DISEASE -POLICY LIMIT $1,000,000
DESCRIPTION OF OPERATIONS below
!
DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required)
Project CIP No. ST2003 / RE: FY2019-2020 Arterial Street Resurfacing Project
Certificate Holder is Additional Insured if Required by Written Contract Excluding Workers Compensation
rCDTICIr`A TC LIAI r1Co
ACORD 25 (2016/03)
v 1958-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
58186930 1 20 1011 Standard with $5mm XS I Kris Stubbs 1 10/16/2020 3:46:11 PM (PDT) i Page 1 of 11
VMI ICLL/1I IUIY
City of Seal Beach
211 8th Street
Seal Beach CA 90740
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Certificates Department
ACORD 25 (2016/03)
v 1958-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
58186930 1 20 1011 Standard with $5mm XS I Kris Stubbs 1 10/16/2020 3:46:11 PM (PDT) i Page 1 of 11
EPIC'
PO Box 5003
San Ramon, CA 94583
Phone: 925.244.7700
Fax: 925.901-0244
Email: EPICcerts@epicbrokers.com
CERTIFICATE HOLDER:
City of Seal Beach
211 8th Street
Seal Beach CA 90740
To: Whom it may concern
Regarding: Notice of Cancellation
Date Issued: 10/16/2020
Named Insured(s):
Policy Number(s):
All American Asphalt
DPC 1005856-04
BAP5571088-08
WC593205707
TU E347483600
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,
.Z> 4--,
Dan Ryan, Managing Principal
epicbrokers.com edgewood partners insurance center ca license OB29370
58186930 1 20 [01] Standard with $5— XS I Kris Stubbs 1 10/16/2020 3:46:11 PM (PDT) I Page 2 of 11
COMMERCIAL GENERAL LIABILITY
CG 20 10 04 13
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)
Or Organization(s):
Location(s) Of Covered Operations
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
amended to include as an additional
insured the person(s) or organization(s)
shown in the Schedule, but only with
respect to liability for "bodily injury",
"property damage" or "personal and
advertising injury" caused, in whole or in
part, by:
1. Your acts or omissions; or
2. The acts or omissions of those
acting on your behalf;
in the performance of your ongoing
operations for the additional insured(s) at
the location(s) designated above.
However:
1. The insurance afforded to such
additional insured only applies to
the extent permitted by law; and
broader than that which you are
required by the contract or
agreement to provide for such
additional insured.
B. With respect to the insurance afforded to
these additional insureds, the following
additional exclusions apply:
This insurance does not apply to "bodily
injury" or "property damage" occurring
after:
1. All work, including materials, parts
or equipment furnished in
connection with such work, on the
project (other than service,
maintenance or repairs) to be
performed by or on behalf of the
additional insured(s) at the location
of the covered operations has been
completed; or
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
58186930 1 20 [01] Standard with $5mm XS I Kris Stubbs 110/16/2020 3:46:11 PM. (PUT) I Page 3 of 11
performing operations for a
principal as a part of the same
project.
C. With respect to the insurance afforded to
these additional insureds, the following is
added to Section III — Limits Of
Insurance:
If coverage provided to the additional
insured is required by a contract or
agreement, the most we will pay on behalf
of the additional insured is the amount of
insurance:
All other terms and conditions of this policy remain unchanged.
Endorsement Number:
1. Required by the contract or
agreement; or
2. Available under the applicable
Limits of Insurance shown in the
Declarations;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in
the Declarations.
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: DPC1005856-04
Named Insured: All American Asphalt
Endorsement Effective Date: 08/01/2020
REFERENCE:
Project CIP No. ST2003 / RE: FY2019-2020 Arterial Street
Resurfacing Project
CG 20 10 04 13
SCHEDULE:
City of Seal Beach
© Insurance Services Office, Inc., 2012 Page 2 of 2
58186930 1 20 1011 Standard with $5m XS I Kris Stubbs 1 10/16/2020 3:46:11 PN. (PDT) I Page 4 0`_ 11
COMMERCIAL GENERAL LIABILITY
CG 20 37 0413
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
amended to include as an additional
insured the person(s) or organization(s)
shown in the Schedule, but only with
respect to liability for "bodily injury" or
"property damage" caused, in whole or in
part, by "your work" at the location
designated and described in the Schedule
of this endorsement performed for that
additional insured and included in the
"products -completed operations hazard".
However:
1. The insurance afforded to such
additional insured only applies to
the extent permitted by law; and
2. If coverage provided to the
additional insured is required by a
contract or agreement, the
insurance afforded to such
additional insured will not be
broader than that which you are
required by the contract or
agreement to provide for such
CG 20 37 04 13
additional insured.
B. With respect to the insurance afforded to
these additional insureds, the following is
added to Section III — Limits Of
Insurance:
If coverage provided to the additional
insured is required by a contract or
agreement, the most we will pay on behalf
of the additional insured is the amount of
insurance:
1. Required by the contract or
agreement; or
2. Available under the applicable
Limits of Insurance shown in the
Declarations;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in
the Declarations.
© Insurance Services Office, Inc., 2012 Page 1 of 2
58186930 1 20 [01] Standard with $1, XS I Kris Stubbs 1 10/16/2020 3:46:11 PM (PDT) I Page 5 of 11
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: DPC1005856-04
Named Insured: All American Asphalt
Endorsement Effective Date: 08/01/2020
REFERENCE:
SCHEDULE:
Project CIP No. ST2003 / RE: FY2019-2020 Arterial Street City of Seal Beach
Resurfacing Project
CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 2 of 2
58186930 1 20 [011 Standard with $5MM, XS I Kris Stubbs 1 10/16/2020 3:46:11 PM (PDT) I Page 6 of 11
COMMERCIAL GENERAL LIABILITY
CG 20 01 0413
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
Condition and supersedes any provision to the
contrary:
Primary And Noncontributory
Insurance
This insurance is primary to and will not
seek contribution from any other
insurance available to an additional
insured under your policy provided that:
All other terms and conditions of this policy remain unchanged.
REFERENCE:
Project CIP No. ST2003 / RE: FY2019-2020 Arterial Street
Resurfacing Project
Endorsement Number:
(1) The additional insured is a Named
Insured under such other insurance;
and
(2) You have agreed in writing in a
contract or agreement that this
insurance would be primary and
would not seek contribution from
any other insurance available to the
additional insured.
SCHEDULE:
City of Seal Beach
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: DPC1005856-04
Named Insured: All American Asphalt
Endorsement Effective Date: 08/01/2020
CG 20 01 04 13
© Insurance Services Office, Inc., 2012 Page 1 of 1
58186930 1 20 [01] Standard with $5mm XS J Kris Stubbs 1 10/16/2020 3:96:11 PM (PDT) I Page 7 of 11
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
Of Rights Of Recovery Against Others To Us
of Section IV — Conditions:
for injury or damage arising out of your ongoing
operations or "your work" done under a contract
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: DPC1005856-04
Named Insured:All American Asphalt
Endorsement Effective Date: 08/01/2020
REFERENCE:
Project CIP No. ST2003 / RE: FY2019-2020 Arterial Street
Resurfacing Project
CG 24 04 05 09
SCHEDULE:
City of Seal Beach
© Insurance Services Office, Inc., 2008 Page 1 of 1
58186930 1 20 [011 Standard with $5mm XS I Kris Stubbs 1 10/16/2020 3:46:11 PM (PDT) I Page 8 of 11
POLICY NUMBER: BAP5571088-08
10/16/2020
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 the Coverage 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: 08/01/2020
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
an "insured" for Covered Autos Liability Coverage, but SCHEDULE:
only to the extent that person or organization qualifies City of Seal Beach
as an "insured" under the Who Is An Insured provision
contained in Paragraph A.I. of Section II — Covered
Autos Liability Coverage in the Business Auto and
Motor Carder Coverage Forms and Paragraph D.2. of
Section 1 — Covered Autos Coverages of the Auto
Dealers Coverage Form.
CA 20 48 10 13
© Insurance Services Office, Inc., 2011
58186930 1 20 [01] Standard with $5mm XS I Kris Stubbs 1 10/16/2020 3:96:11 PM (PDT) I Page 9 of 11
Page 1 of 1
10/16/2020
POLICY NUMBER: BAP5571088-08 COMMERCIAL AUTO
CA 04 44 10 13
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: 08/01/2020
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
Others To Us condition does not apply to the
person(s) or organization(s) shown in the Schedule,
but only to the extent that subrogation is waived prior
to the "accident" or the "loss" under a contract with
that person or organization.
CA 04 44 10 13
SCHEDULE:
City of Seal Beach
C Insurance Services Office, Inc., 2011
58186930 1 20 [01] Standard with $5mm XS I Kris Stubbs 110/16/2020 3:46:11 PM (PDT) I Page 10 of 11
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-
CALIFORNIA
NDORSEMENT-
CALIFORNIA
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in
the work described in the Schedule.
The additional premium for this endorsement shall be 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
WRITTEN CONTRACT OR
AGREEMENT WITH THE
INSURED, EXECUTED
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
SCHEDULE: REFERENCE:
Project CIP No. ST2003 / RE: FY2019-2020 Arterial
City of Seal Beach Street Resurfacing Project
Policy Number: WC593205707
Named Insured: All American Asphalt
All American Asphalt
Endorsement Effective Date: 08/01/2020
WC 252 (4$4)
WC 04 03 06 (Ed. 4-84) Page 1 of 1
58186930 1 20 [01] Standard with $5= XS I Kris Stubbs 1 10/16/2020 3:96:11 PM (PDT) I Page 11 of 11
EXHIBIT E
ACKNOWLEDGMENT OF PENAL AND CIVIL PENALTIES CONCERNING
CONTRACTOR LICENSING LAWS
STATEMENT ACKNOWLEDGING PENAL AND CIVIL PENALTIES CONCERNING
THE CONTRACTORS' LICENSING LAWS
[Business & Professions Code § 7028.15]
[Public Contract Code § 20103.5]
I, the undersigned, certify that I am aware of the following provisions of California law and that I, or the
entity on whose behalf this certification is given, hold a currently valid California contractor's license as set
forth below (required at time of award):
Business & Professions Code § 7028.15:
(a) It is a misdemeanor for any person to submit a bid to a public agency in order to engage in the
business or act in the capacity of a contractor within this state without having a license therefore, except
in any of the following cases:
(1) The person is particularly exempted from this chapter.
(2) The bid is submitted on a state project governed by Section 10164 of the Public
Contract Code or on any local agency project governed by Section 20104 [now §
20103.5] of the Public Contract Code.
(b) If a person has been previously convicted of the offense described in this section, the court
shall impose a fine of 20 percent of the price of the contract under which the unlicensed person
performed contracting work, or four thousand five hundred dollars ($4,500), whichever is greater, or
imprisonment in the county jail for not less than 10 days nor more than six months, or both.
In the event the person performing the contracting work has agreed to furnish materials and labor
on an hourly basis, "the price of the contract" for the purposes of this subdivision means the aggregate
sum of the cost of materials and labor furnished and the cost of completing the work to be performed.
(c) This section shall not apply to a joint venture license, as required by Section 7029.1.
However, at the time of making a bid as a joint venture, each person submitting the bid shall be subject to
this section with respect to his or her individual licensure.
(d) This section shall not affect the right or ability of a licensed architect, land surveyor, or
registered professional engineer to form joint ventures with licensed contractors to render services within
the scope of their respective practices.
(e) Unless one of the foregoing exceptions applies, a bid submitted to a public agency by a
contractor who is not licensed in accordance with this chapter shall be considered non-responsive and
shall be rejected by the public agency. Unless one of the foregoing exceptions applies, a local public
agency shall, before awarding a contract or issuing a purchase order, verify that the contractor was
properly licensed when the contractor submitted the bid. Notwithstanding any other provision of law,
unless one of the foregoing exceptions applies, the registrar may issue a citation to any public officer or
employee of a public entity who knowingly awards a contract or issues a purchase order to a contractor
who is not licensed pursuant to this chapter. The amount of civil penalties, appeal, and finality of such
citations shall be subject to Sections 7028.7 to 7028.13, inclusive. Any contract awarded to, or any
purchase order issued to, a contractor who is not licensed pursuant to this chapter is void.
(f) Any compliance or noncompliance with subdivision (e) of this section, as added by Chapter
863 of the Statutes of 1989, shall not invalidate any contract or bid awarded by a public agency during
which time that subdivision was in effect.
(g) A public employee or officer shall not be subject to a citation pursuant to this section if the
public employee, officer, or employing agency made an inquiry to the board for the purposes of verifying
the license status of any person or contractor and the board failed to respond to the inquiry within three
business days. For purposes of this section, a telephone response by the board shall be deemed
sufficient.
Public Contract Code § 20103.5:
In all contracts subject to this part where federal funds are involved, no bid submitted shall be invalidated
by the failure of the bidder to be licensed in accordance with the laws of this state. However, at the time
the contract is awarded, the contractor shall be properly licensed in accordance with the laws of this state.
The first payment for work or material under any contract shall not be made unless and until the Registrar
of Contractors verifies to the agency that the records of the Contractors' State License Board indicate that
the contractor was properly licensed at the time the contract was awarded. Any bidder or contractor not
so licensed shall be subject to all legal penalties imposed by law, including, but not limited to, any
appropriate disciplinary action by the Contractors' State License Board. The agency shall include a
statement to that effect in the standard form of pre -qualification questionnaire and financial statement.
Failure of the Bidder to obtain proper and adequate licensing for an
award of a contract shall constitute a failure to execute the Contract
and shall result in the forfeiture of the security of the Bidder.
License No.: 70 d� Class: C- �Z Expiration Date:
Date: ` `��Z�
EXHIBIT F
LABOR LAW REQUIREMENTS
AGREEMENT TO COMPLY WITH CALIFORNIA LABOR LAW REQUIREMENTS
[Labor Code §§ 1720, 1773.8, 1775, 1776, 1777.5, 1813, 1860, 1861, 3700]
The undersigned Contractor certifies that it is aware of and hereby agrees to fully comply with the
Following provisions of California law:
1. Contractor acknowledges that this Contract is subject to the provisions of Division 2, Part 7, Chapter
1 (commencing with Section 1720) of the California Labor Code relating to public works and the awarding
public agency ("Agency") and agrees to be bound by all the provisions thereof as though set forth in full
herein.
2. Contractor agrees to comply with the provisions of California Labor Code Section 1773.8 which
requires the payment of travel and subsistence payments to each worker needed to execute the Work to
the extent required by law.
3. Contractor agrees to comply with the provisions of California Labor Code Sections 1774 and 1775
concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay
prevailing wages. The Contractor shall, as a penalty to the Agency, forfeit not more than fifty dollars
($50) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as
determined by the Director of Industrial Relations for the work or craft in which the worker is employed for
any public work done under the Contract by Contractor or by any subcontractor.
4. Contractor agrees to comply with the provisions of California Labor Code Section 1776 which require
Contractor and each subcontractor to (1) keep accurate payroll records, (2) certify and make such payroll
records available for inspection as provided by Section 1776, and (3) inform the Agency of the location of
the records. The Contractor is responsible for compliance with Section 1776 by itself and all of its
subcontractors.
5. Contractor agrees to comply with the provisions of California Labor Code Section 1777.5 concerning
the employment of apprentices on public works projects, and further agrees that Contractor is responsible
for compliance with Section 1777.5 by itself and all of its subcontractors.
6. Contractor agrees to comply with the provisions of California Labor Code Section 1813 concerning
penalties for workers who work excess hours. The Contractor shall, as a penalty to the Agency, forfeit
twenty-five dollars ($25) for each worker employed in the execution of the Contract by the Contractor or
by any subcontractor for each calendar day during which such worker is required or permitted to work
more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the
provisions of Division 2, Part 7, Chapter 1, Article 3 of the California Labor Code.
7. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to
secure the payment of compensation to its employees. In accordance with the provisions of California
Labor Code Section 1861, Contractor hereby certifies as follows:
"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."
Date ( 9 -2.0 ZQ Signature
ID-fQ-7o2a
EXHIBIT G
INDEMNIFICATION AND HOLD HARMLESS AGREEMENT
INDEMNIFICATION AND HOLD HARMLESS AGREEMENT AND WAIVER OF
SUBROGATION AND CONTRIBUTION
OFFICIAL TITLE OF PROJECT: FY19/20 Arterial Street Resurfacing Program —
Bolsa Avenue — ST2003
Indemnitor(s) (list all names):
To the fullest extent permitted by law, Indemnitor hereby agrees, at its sole cost and expense, to defend,
protect, indemnify, and hold harmless the City of Seal Beach and its elected officials, officers, attorneys,
agents, employees, volunteers, successors, and assigns (collectively "Indemnitees") from and against
any and all damages, costs, expenses, liabilities, claims, demands, causes of action, proceedings,
expenses, judgments, penalties, liens, and losses of any nature whatsoever, including fees of
accountants, attorneys, or other professionals and all costs associated therewith (collectively "Liabilities"),
arising or claimed to arise, directly or indirectly, out of, in connection with, resulting from, or related to any
act, failure to act, error, or omission of Indemnitor or any of its officers, agents, servants, employees,
subcontractors, materialmen, suppliers or their officers, agents, servants or employees, arising or claimed
to arise, directly or indirectly, out of, in connection with, resulting from, or related to the above -referenced
contract, agreement, license, or permit (the "Contract") or the performance or failure to perform any term,
provision, covenant, or condition of the Contract, including this indemnity provision. This indemnity
provision is effective regardless of any prior, concurrent, or subsequent active or passive negligence by
Indemnitees and shall operate to fully indemnify Indemnitees against any such negligence. This
indemnity provision shall survive the termination of the Contract and is in addition to any other rights or
remedies which Indemnitees may have under the law. Payment is not required as a condition precedent
to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against an
Indemnitee shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision.
Indemnitor shall pay Indemnitees for any attorneys fees and costs incurred in enforcing this
indemnification provision. Notwithstanding the foregoing, nothing in this instrument shall be construed to
encompass (a) Indemnitees' sole negligence or willful misconduct to the limited extent that the underlying
Contract is subject to Civil Code § 2782(a) or (b) the contracting public agency's active negligence to the
limited extent that the underlying Contract is subject to Civil Code § 2782(b). This indemnity is effective
without reference to the existence or applicability of any insurance coverage which may have been
required under the Contract or any additional insured endorsements which may extend to Indemnitees.
Indemnitor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of
subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from
all claims, losses and liabilities arising out of or incident to activities or operations performed by or on
behalf of the Indemnitor regardless of any prior, concurrent, or subsequent active or passive negligence
by the Indemnitees. In the event there is more than one person or entity named in the Contract as an
Indemnitor, then all obligations, liabilities, covenants and conditions under this instrument shall be joint
and several.
"Indemnitor"
Name ?S1J
By:
Its ICS V)60rV-?s,(bQLV
BID PROPOSAL
FY19/20 ARTERIAL STREET RESURFACING PROGRAM — BOLSA AVENUE
PROJECT CIP NO. ST2003
Bidder's Name ft U mmy (/r I N f K& H'j'IyT
TO THE HONORABLE MAYOR AND CITY COUNCIL OF THE CITY OF SEAL BEAC
The undersigned, as Bidder, declares that: (1) -this Bid is made without collusion with any other person,
firm or corporation, and that the only persons or parties interested as principals are those named herein
as sworn in the attached Non -Collusion Declaration; (2) -Bidder has carefully examined the Project Plans,
Specifications, Instructions To Bidders, Bid Proposal Form, Notice Inviting Sealed Bids and all other
Contract Documents and information furnished therefore and the site of the proposed Work; and (3) -
Bidder has investigated and is satisfied as to the conditions to be encountered, the character, quality and
quantities of Work to be performed and materials to be furnished. Furthermore, Bidder agrees that
submission of this Bid shall be conclusive evidence that such examination and investigation have been
made and agrees, in the event this Contract be awarded to Bidder, to enter into a Contract with the City,
to perform said proposed Work in accordance with the Plans, if any, and the terms of the Specifications,
in the time and manner therein prescribed, and to furnish or provide all materials, labor, tools, equipment,
apparatus and other means necessary so to do, except such thereof as may otherwise be furnished or
provided under the terms of said Specifications, for the following stated unit prices or lump sum price as
submitted on the Bid Sheet herein.
The Bidder shall submit as part of this Bid a completed copy of the Contractor's Industrial Safety Record.
This Safety Record must include all construction work undertaken in the State of California by the Bidder
and any partnership, joint venture or corporation that any principal of the Bidder participated in as a
principal or owner for the last five calendar years and the current calendar year prior to the date of Bid
submittal. Separate information shall be submitted for each such partnership, joint venture, or corporate
or individual Bidder. The Bidder may attach any additional information or explanation of data which the
Bidder would like to be taken into consideration in evaluating the safety record. An explanation of the
circumstances surrounding any and all fatalities must be attached.
Accompanying this Bid is (Circle one "a Cashier's Check", "a certified check", or "a Bidder's Bond in the
form furnished by the City", as the case may be) in the amount of $117,910WOU11I-an amount equal to at
least ten percent (10%) of the total aggregate Bid price based on the quantities shown and the unit prices
quoted. The undersigned Bidder agrees that should Bidder be awarded the Contract on the basis hereof
and thereafter fail or refuse to enter into a Contract and provide the required evidence of insurance and
bonds within fifteen (15) calendar days after written notice of the award, the check or bond shall be
forfeited to the City in accordance with Public Contract Code section -20172, except as otherwise
provided in Public Contract Code section -20174. The undersigned agrees that in the event of such
failure, the actual amount of damages to the City would be impractical and extremely difficult to
determine.
In compliance with the Notice Inviting Sealed Bids, the undersigned hereby agrees to enter into a
Contract to furnish all labor, materials and supplies for this Project in accordance with the Specifications,
Plans and other Contract Documents which are on file in the office of the Engineer, to the satisfaction and
under the direction of the Engineer, at the following prices: completed by the undersigned is fixed at 25
WORKING DAYS starting from the day after the issuance of the Notice to Proceed.
64
BID PROPOSAL FOR
FY19/20 ARTERIAL STREET RESURFACING PROGRAM -
BOLSA AVENUE
PROJECT CIP NO. ST2003
BID SHEET
Base Bid Items
Item Unit Price Extended Price
No. Description Unit Quantity
(in Figures) (in Figures)
Mobilization and Demobilization
$ S'5�.91
1
(Not to Exceed 5% of Construction
LS
1
Costs).
—
—
2
Surveying & Monument
LS
1
$
$ N'yG .qg
Preservation.
$ ( s' ' 70
$ 70
3
Traffic Control & Public Notification
LS
1
Adjust Water Valve Frame and
$ 74a' 33
$ 1,410-A
4
Cover to Grade
EA
13
5
Sawcut and Excavate
CY
300
$ 00
$ Z�(,000. 00
6
Construct 8" CMB.
TON
310
�G{Oq.a4
7
Construct 4" AC Base Pavement
TON
160
1N.0
I1,sy0•K4
8
Cold Mill AC Pavement to a 2"$
0. g
$ pu0,0v
Uniform Depth
SF
37,200
Localized Pavement Removal &
$ J-00
$ 10,100.00
9
Reconstruction (Patching)
SF
5,350
10
Construct 2" ARHM-GG-C
$ oa 0
$- I, %(i. 00
Overlay.
TON
595
11
Remove & Replace PCC Curb
EA
3
$ �,Vt7•2I
$ ? S 3
Ramp
12
Install Signing, Striping, and
$ Vy4t• 7
$ Im-17
PavemenVCurb Markers
LS
1
E
Install Type E or Type E (Modified)
$ (415-7(s
$ l4 • S'G
Traffic Loop
EA
6
TOTAL BASE BID PRICE
(ITEMS NO. 1 THROUGH 13)
c w c `( !�kv- ' .� .�u0 �QdbrS$ �qq 53�, 00
WORDS FIGURES
IN CASE OF DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL
PREVAIL
65
Note: Items may be adjusted or deleted. Therefore, regardless of total actual volume (percentage)
compared to estimated quantities, the unit prices provided above by the Bidder shall be applied to the
final quantity when payment is calculated for these items. No adjustment in the unit prices will be
allowed. The City reserves the right to not use any of the estimated quantities; and if this right is
exercised, the Contractor will not be entitled to any additional compensation. Cost of all export of material
shall be included in the above unit costs; no additional compensation will be granted for such expenses.
TOTAL BID PRICE = BASE BID AMOUNT
TOTAL BID PRICE IN DIGITS: $ 4 I S3� • 00
TOTAL BID PRICE IN WORDS: M4, its*'fc &tlVAW, 11A00(pEJ C4 tkW�'�t%`UO
IN CASE OF DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL
PREVAIL.
Z�
NOTE: The City reserves the right to award a Contract to the lowest responsible Bidder in parts or in its
entirety and reserves the right to reject all Bids and re -advertise, as appears to be in the best interests of
the City. A Bid is required for this entire Work, the estimated quantities set forth in this Bid Sheet being
solely for the purpose of comparing Bids, and final compensation under the Contract will be based upon
the actual quantities of work satisfactorily completed. The unit and/or lump sum prices bid shall include
all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amount bid, unit
prices shall govern over extended amounts, and words shall govern over figures. The City reserves the
right to increase or decrease the amount of any quantity shown and to delete any item from the Contract.
The undersigned Bidder agrees that, if awarded the Contract, Bidder will complete all Work according to
the Contract Documents. The undersigned Bidder is licensed in accordance with the regluirements of the
Bu iness and Professions Code, California Contractor's License No.- 1 Class
G-11- (REQUIRED AT TIME OF AWARD).
Legal Business Name of Bidder P( kA/
RMI-
r / LV' 1 N � 1 M P MT v T
Business Address 1 J IyI � • �����
Business Tel No
owl
179
n f n
OD
Signature
©m � � 1 1 ilk ► Lid/ , f �
Date Title
Title
Signature Date Title
If Bidder is an individual, name and signature of individual must be provided, and, if he is doing business
under a fictitious name, the fictitious name must be set forth. If Bidder is a partnership or joint venture,
legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint
venturers or of fewer than all of the partners/joint venturers if submitted with evidence of authority to act
on behalf of the partnership/joint venture. If Bidder is a corporation, legal name of corporation must be
provided, followed by signatures of the corporation President or Vice President and Secretary or Assistant
Secretary, and the corporate seal. Signatures of partners, joint venturers, or corporation officers must be
acknowledged before a Notary Public, who must certify that such partners, joint venturers, or officers are
known to him or her to be such, and, in the case of a corporation, that such corporation executed the
instrument pursuant to its bylaws or a resolution of its Board of Directors.
67