Loading...
2100 - All American Asphault - Citywide Street ImprovementsA This page is part of your document - DO NOT DISCARD ay Of tOS'20240187665 �� � �= II III II I II III III II I IIIII II I I I II ? + Recorded/Filed in Official Records t f Recorder's Office, Los Angeles County, k { California c�uFORN`r 03/22/24 AT 08:04AM FEES: TAXES: OTHER: PAID: MAK 2 7 2024 CRY CLERK'S OFFI= IN I I 111111111111111111111111111111111111111111111111 202403222880010 00024310332 I IIIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIII IIII 014594811 SEQ: 01 DAR - Mail (Intake) IIIIII IIIII IIIII IIIII IIIIII IIII IIIIII IIII IIII IIIIII IIIII IIIII IIIII IIII IIIIII IIIII IIIIII IIII IIII IIII IIIIII IIIIII IIIII IIIII IIIII IIII IIIIII IIIIII IIIII IIII IIIIII IIIII IIIII IIIII IIIII IIII IIIIII IIII IIII IIII THIS FORM IS NOT TO BE DUPLICATED Pages:0004 0.00 0.00 0.00 0.00 I1 RECORDING REQUESTED BY CITY OF ROSEMEAD AND WHEN RECORDED MAIL TO: Name City of Rosemead Street Address 8838 E. Valley Blvd. City & State Rosemead, CA 91770 ATTN: CITY CLERK Notice is hereby given that: 24310332 V I VIII VIII VIII VII I V I I V I IIII IIII Batch Number: 14594811 111111 lull illll lull lull lull lull lull IIII IIII SPACE ABOVE THIS LINE FOR RECORDER'S USE Notice of Completion 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is: City of Rosemead 3. The full address of the undersigned is: 8838 E. Valley Blvd., Rosemead, CA 91770 4. The nature of the title of the undersigned is: In fee (If other than fee, strike "In fee" and insert, for example, "purchaser under contract of purchase", or"lessee") 5. The full names and full addresses of all persons, if any, who hold title with the undersigned are: Names Addresses N/A N/A 6. The names of the predecessors in interest of the undersigned, if the property was transferred subsequent to the commencement of the work of improvement herein referred to: Names Addresses N/A N/A no transfer made, insert, none'. 7. A work of improvement on the property hereinafter described was completed on: February 3, 2024 8. The name of the contractor, if any for such work of improvement was: All American Asphalt 9. The property on which said work of improvement was completed is in the City of Rosemead County of Los Angeles , State of California, and is described as follows: Citywide Arterial Street Improvements Project No. 43010 10. The street address of said property is: none no street address has been officially assigne , insert none Signature of I owner named Dated: in paragraph 2: Nan (Nova) Wang Director of Public Works By: City of Rosemead I certify (or declare) under penalty of perjury that the foregoing is true and correct. -3/11/7024 Date Rosemead, CA Place of Execution Nan (Nova) Wang Director of Public Works City of Rosemead, California CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of IVQ 1 On r 11 j before me, `k )Aok%Ao)ATry6"14 1 q91,y Date IF _ Here Insert Nome and Title of tIN Officer personally appeared of who proved to me on the basis of satisfactory evidence to be the personvfwhose name((/is/opesubscribed to the within instrument and acknowledged to me that+?&sheRhep executed the same in *iS/herAhe r authorized capacity(09S , and that bykie/herAiWiP signatureVon the instrument the personv,, or the entity upon behalf of which the person(cted, executed the instrument. OMyLos ANAWORrN Notary Public • California Los Angeles County Commission a 2427955 Comm. Expires Dec 20, 2026 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature cAotary Public I11YTrA\r A � Completing this information can deter alteration of the document or fraudulent reattachment of this f to an unlnte eAdwdocument. Description of Attached Docum nt NAAM ,``d`y�. o � V„ —AA Title or Type of Document: 1i --L %A& I �' U Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: At - W10 CONSTRUCTION CONTRACT C2 5901 CITYWIDE ARTERIAL STREET IMPROVEMENTS ADVERTISED AS ARTERIAL STREET PAVEMENT REHABILITATION PROJECT NO. 43010 (ALL AMERICAN ASPHALT) PARTIES AND DATE This Contract is made and entered into this 25th day of April, 2023 (Effective Date) by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, ("City") and All American Asphalt. with its principal place of business at PO Box 2229, Corona, CA 92878 (hereinafter referred to as "Contractor"). City and Contractor are sometimes individually referred to as "Party" and collectively as "Parties" in this Contract. 2. RECITALS 2.1 Contractor Contractor desires to perform and assume responsibility for the CITYWIDE ARTERIAL STREET IMPROVEMENTS on the terms and conditions set forth in this Contract. Contractor represents that it is experienced in providing such work services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of City. 2.2 Project City desires to engage Contractor to render such services described herein as Project ("Project') as set forth in this Contract. 3.1 Scope of Services and Term 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional construction services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and W All American Asphalt Page 2 of 11 fI performed in accordance with, this Contract, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Contract shall be from Effective Date shown above to April 25, 2024 unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Contract, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Contract if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Contract. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Contract. Any additional personnel performing the Services under this Contract on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Contract and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services: Contractor shall perform the Services expeditiously, within the term of this Contract, and within the schedules timeline. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City's Representative. The City hereby designates the City Manager, Ben Kim, or his designee, to act as its representative for the performance of this Contract ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.5 Contractor's Representative. Contractor hereby designates Preston Reeves, or his designee, to act as its representative for the performance of this Contract ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Contract. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and n All American Asphalt Page 3 of 11 procedures and for the satisfactory coordination of all portions of the Services under this Contract. 3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Contract in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License if applicable, and that such licenses and approvals shall be maintained throughout the term of this Contract. As provided for in the indemnification provisions of this Contract, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state aind federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA, AQMD requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Contract, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance: Contractor shall maintain, prior to the beginning of and for the duration of this Contract, insurance coverage as specified in Exhibit B attached to and part of this Contract. 3.2.10 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees ri All American Asphalt Page 4 of 11 n appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.11 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Contract. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.2.12 Bonds. 3.2.12.1 Performance Bond: If specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Performance Bond in the amount of the total, not -to -exceed compensation indicated in this Contract, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. If required by law or otherwise specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Payment Bond in the amount of the total, not -to -exceed compensation indicated in this Contract, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.3 Bond Provisions. Should, in City's sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Contract until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Contract, the Contractor shall, upon n All American Asphalt Page 5 of 11 rs request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Contract (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Contract for cause. 3.2.12.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California -admitted surety with a current A.M. Best's rating no less than A:VIII and satisfactory to the City. If a California -admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments. 3.3.1 Compensation. The total compensation shall not exceed Three Million Three Hundred Twenty -Two Thousand Two Hundred and Twenty -Two Dollars ($3,322,222.00) without advance written approval of City's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Contract. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement that indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days after receiving such statement, review the statement and pay all approved charges. The payments will be subject to a 5% retention amount, which would be released and paid after all work under the Contract has been satisfactorily completed, and 35 days after a Notice of Completion is filed with the County of Los Angeles. 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Contract, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Contract. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Contract. All W All American Asphalt Page 6 of 11 such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Contract. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Contract for a period of three (3) years from the date of final payment under this Contract. 3.5 General Provisions. 3.5.1 Termination of Contract. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Contract at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services that have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Contract except for cause. 3.5.1.2 Effect of Termination. If this Contract is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Contract. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Contract is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Contract shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: All American Asphalt PO Box 2229 Corona, California 92878 Attn: Michael Farkas Tel: (951) 736-7600 CITY: City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Ben Kim, City Manager Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the n All American Asphalt Page 7 of 11 party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Contract. 3.5.4 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Contract, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Contract, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, 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 the City, its directors, officials, officers, employees, agents or volunteers. 3.5.6 Entire Contract. This Contract contains the entire Contract of the parties with respect to the subject matter hereof, and supersedes all prior negotiations and understandings. This Contract may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Contract shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.8 Time of Essence. Time is of the essence for each and every provision of this Contract. 3.5.9 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5.10 Successors and Assigns. This Contract shall be binding on the successors and assigns of the parties. 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or f' All American Asphalt Page 8 of 11 transfer, either directly or by operation of law, this Contractor any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Contract, the language of this Contract shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not workdays. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Contract. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Contract. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Contract. 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Contract shall be binding unless executed in writing and signed by both Parties. 3.5.14 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppels, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity; Severability. If any portion of this Contract is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Contract. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City shall have the right to rescind this Contract without liability. For the term of this Contract, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Contract, or obtain any present or anticipated material benefit arising therefrom. 3.5.18 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant r) All American Asphalt Page 9 of 11 f '1 provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.19 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that 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 agrees to comply with such provisions before commencing the performance of the Services. 3.5.20 Authority to Enter Contract. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Contract. Each Party warrants that the individuals who have signed this Contract have the legal power, right, and authority to make this Contract and bind each respective Party. 3.5.21 Counterparts. This Contract may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Contract, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Contract. [SIGNATURES ON NEXT PAGE] All American Asphalt Page 10 of 11 CITY OF ROSEMEAD ALL AMERICAN ASPHALT v 2 By: Ben Kim, ity Manager D e Signature ate Attest: Fricka Herriandez, City Clerk D' ate Approved as to Form: Rachel Richman, City Attorney Date Name: �dw�.✓�� - l ia✓�C�n Print Title: U tau �'a tl: ciP [If Corporation, TWO SIGNATURES, President OR Vice PresidentAND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] By: Name:_lA i d"—c4 i—rs'-E� Title: S �c ✓�+^/ 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 dncument to which this certificate is attached. and not the tmthfitinecs. accuracy. or validity of that document State of California County of Riverside On May 4, 2023 before me, Kenona Nazari, Notary Public Dale Here Insert name aml Tale of the Moor personally appeared Edward J. Carlson and Michael Farkas Name(s) of Signar(s) O KENONA NAZARI ount Notary Public • California Riverside County 5.1 Commission r 2318601 My Comm. Expires Jan 10, 2024 + Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/eWheir executed the same in hisAter/their authorized capacity(ies), and that by hWherttheir 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. WITNESS my hplliidAtrn:11261 cial seal. OPTIONAL t' 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 Construction Contract — City of Rosemead Document Date: April 25, 2023 Number of Pages: I 1 Signer(&) Other Than Named Above: None Capacity(ies) Claimed by Signer(&) Signer's Name: Edward J. Carlson ❑ Individual X Corporate Officer—Title(s): Vice President ❑ Partner 0 ❑ Limited c General ❑ Attorney in Fact ❑ Trustee Top o Numb here ❑ Other: Signer is Representing: Signers Name: Michael Farkas ❑ Individual X Corporate Officer— Title(s): Secretary ❑ Partner o ❑ Limited o General ❑ Attorney in Fad Top of thumb here ❑ Trustee ❑ Other: is Representing: �4) �4d All American Asphalt EXHIBIT A SCOPE OF CONTRACT SERVICES SEE ATTACHED BID SCHEDULE/PROPOSAL CITY OF ROSEMEAD ARTERIAL STREET PAVEMENT REHABILITATION PROJECT No. 43010 SECTION 1- BID SCHEDULE CONTRACT BID FORMS CBF -1 BIDDER: All American Asphalt REVISED BID SCHEDULE SCHEDULE OF PRICES FOR ARTERIAL STREET PAVEMENT REHABILITATION PROJECT No. 43010 NO. ITEM DESCRIPTIONUNIT EST. UNIT ITEM QTY. PRICE COST Cold -mill 2" existing asphalt 1 concrete. Work limits are shown as SF 522,930 $ .84 $ 439,261.00 Pavement Type 1 on the Plans. Work includes crack sealing. Remove existing pavement section (AC, base, and subgrade) to 10" 2 depth. Scarify and compact SF 165,464 $ 4.10 $ 678,402.40 subgrade (6" thickness). Work limits are shown as Pavement Type 2 on the Plans. 3 Construct 2"ARHM wearing course. TON 8,500 $ 132.00 $ 1,122,000.00 4 Construct 2" AC (Type B PG 64-10) TON 2,045 $ 165.00 $ 337,425.00 base course. 5 Construct 6" crushed aggregate base CY 3,064 $ 79.00 $ 242,056.00 (CAB) Full Depth Localized Asphalt Concrete Patch. Work includes remove existing AC pavement section to 10" depth. Construct 2" ARHM over 2" AC Type B -PG 64- 10 over 6" Crushed Aggregate Base 6 (CAB). Scarify and compact SF 25,000 $ 10.00 $ 250,000.00 subgrade (6" thickness). This bid item applies to select localized AC patch work (pothole repairs) within Pavement Type 1 at various locations to be determined by the city. 7 Adjust manhole covers to grade, EA 103 S 1200.00 $ 123,600.00 complete and in place. 8 Adjust water/gas valves to grade, EA 90 $ 150.00 $ 13,500.00 complete and in place. CBF -2 BIDDER: All American Asphalt NO. ITEM DESCRIPTION UNIT EST. UNIT ITEM B. Traffic Control right as Items A, B, C, D and E are considered C. NPDES, WWECP, and Best Management QTY. PRICE COST Safe ty Remove existing pavement D. Construction Staking by Land Surveyor be allowed. E. Clearing and Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance markings and striping including The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. raised pavements markers and install pavement markings & 9 striping including raised pavement LS 1 $ 86317.40 $ 86,317.40 markers. Prior to commencement of restriping, the City will provide a Precise set of Striping plans for the contractor to implement when restriin . Furnish and install traffic loop 430.00 26,660.00 10 detection, complete and in place as EA 62 $ $ listed on proiect lans sheet 8-14. Furnish and Install Construction 11 Project Information and Funding EA 2 $ 1500.00 $ 3,000.00 Identification Sign (SB 1 — RMRA FUNDING). TOTAL BID AMOUNT IN NUMBERS $ 3,322,222.00 TOTAL BID AMOUNT IN WORDS: THREE MILLION THREE HUNDRED TWENTY TWO THOUSAND TWO HUNDRED TWENTY TWO The award of Contract shall be based on the TOTAL BASE BID AMOUNT. In the case of discrepancies in the amount of bid, unit prices shall govern over extended amounts, and words shall govem over figures. A. Mobilization / Demobilization Full compensation for the items listed to the B. Traffic Control right as Items A, B, C, D and E are considered C. NPDES, WWECP, and Best Management as inclusive in each Bid Item listed above in Practices (BMPs), Public Convenience and the Bid Schedule as applicable, and no Safe ty additional and/or separate compensation will D. Construction Staking by Land Surveyor be allowed. E. Clearing and Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. CBF -3 BIDDER: All Amencan Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. The award of Contract shall be based on the TOTAL BASE BID AMOUNT only. If the Bid listsany Additive Alternate bids, the ADDITIVE ALTERNATE BID ITEMS shown per the ADDITIVE ALTERNATE BID SCHEDULE above will not be taken into account in determining the lowest responsible bidder. City may add bid items from the ADDITIVE ALTERNATE BID SCHEDULE at the sole and complete discretion of the City as part of the performance of the contract. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and athird party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Bid Bond Dollars ($ 10% ) said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) per calendar day if project is not completed within the working days specified on the Notice Inviting Bids. The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subject to the terms and conditions described in the Contract Form and the Contract Documents. CBF -4 BIDDER: All American Asphalt Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. EXAMINATION OF SPECIFICATIONS AND SITE OF WORK The Bidder declares that he/she has carefully read and examined the project plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project. Name of Person who inspected the site: Date of Inspection: Maurice Ramirez Project Manager 4/5/2023 ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No. I Dated Addendum Addendum No Dated Dated Addendum No. Dated CONSTRUCTION SCHEDULE In accordance with the provisions of Section 6-1.1 of the Standard Specifications for Public Works Construction ("Greenbook"), latest edition, and/or as may be provided for within the herein Special Provisions, after notification of award and prior to start of any work, the Contractor's shall submitto the Engineer for approval its proposed Construction Schedule. The selected Contractor shall complete the project within 40 working days of City's issuance of a Notice to Proceed. The following is the project schedule showing important milestones the contractor shall adhere to: CBF -5 BIDDER: All American Asphalt Task No Description Date 1. City Task Contract award by the City Council. Date 1 =April 25, 2023 2. City Task City will send out Contract to Contractor Date 2 = April 26, 2023 for signatures. Contractor shall return signed Contract 3. Contractor Task with required bonds and insurances to Date 3 = April 28, 2023 city. City will counter sign the Contract and 4. City Task provide a fully executed Contract to Date 4 = May 3, 2023 Contractor. A Pre -construction meeting will be held. Contractor shall submit its project 5. Joint Task schedule to the City at the Pre- Date 5 = May 10, 2023 construction meeting, with project start date established based on Date 6 shown in Task 6. City will issue to the Contractor NTP Date 6 = May 15, 2023 6. Scheduled Task (Notice to Proceed) to commence with the (Effective Date of for the field construction work. start of construction From the project start date established 7. Contractor Task based on Date 6 shown in Task 6, the Date 7 = July 7, 2023 contractor shall complete the project within maximum 40 working days. All durations above related to Contractor tasks shall remain the same regardless of City's completion of City tasks. CBF -6 BIDDER: All American Asphalt PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not A4been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of Califomia or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _ No If the answer is yes, explain the circumstances in the following space. CBF -7 BIDDER: All American Asphalt PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. CBF -8 By: Signature Michael Farkas Type or Print Name Secretary Title BIDDER: All American Asphalt P.O. BOX 2229 Business Street Address CORONA CA 92878 City, State and Zip Code 951-736-7600 Telephone Number Bidder's/Contractor's State of Incorporation: Corporation Partners or Joint Venturers: Bidder's License Number(s): 267073 Department Industrial Relations Registered No. 1000001051 NOTES: Mark Luer, President Michael Farkas, Secretary Edward J Carlson, Vice President 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -9 BIDDER: All American Asphalt SECTION 1 BID DATA FORMS CBF - 10 Bond No. 08597423 Bid -Date: 04/18/2023 BIDDER: All American Asphalt Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT All American Asphalt , as Principal, and Fidelity and Deposit Company of Maryland , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Total Amount Bid---- ($ 10% of Bid---- ), being not less than ten percent (10%) ofthe Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ARTERIAL STREET PAVEMENT REHABILITATION—as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated March 23, 2023 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performanceand the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 5th day of Apfil , 20 23 All American Asphalt (SEAL) Fidelity and Deposit Company of Maryland (SEAL). Principal Surety By: �-- (___�� By: l'C.C2r'�slLc%. Signature Signature Rebecca Haas -Bates, .Attorney -in -Fact CBF -11 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 cinenment to which this certificate is attached. and not the tmthfidness. accumev. or vAlidiry of that document. State of California County of Riverside on April 13, 2023 before me, Kenona Nazari, Notary Public Dere tiara evert roma aM ntb d are 0lfiear personally appeared Michael Farkas Name($) of Swaim KENONA NAZARI Notary Public California Riverside County i Commission # 2318601 e "" My Comm Expires Jan 10 2024 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shekhey executed the same in his/kerlikeiF authorized capacity(ies), and that by his/herlfheir signature(&) on the instrument the person(&), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my h a official seal. Signa re Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bid Bond —City of Rosemead Document Date: April 5, 2023 Number of Pages: 3 - Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact Capacity(fes) Claimed by Signer(s) Sgner's Name: Michael Farkas a Individual XCorporate Officer —Title(s): Secretary in Partner ❑ o Limited o General a Attorney in Fact o Trustee a Other: Signer is Representing: Signer's Name: a Individual a Corporate Officer—Ti (s): o Partner C c Limited General a Attorney in Fact tcc r' m.,�o=,e:e o Trustee a Other: Signer is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1 Im wN,wt v.NH., ccNv.ta�tc�ta� .v.M .nV .v. w<.a •�Uaw sNa� 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 Oran-ge ) On 04/05/2023 before me, Alma Karen Hernandez, Notary Public Date Here Insert Name and Tile of the Officer personally appeared Rebecca Haas -Bates Name(*of Signers) who proved to me on the basis of satisfactory evidence to be the persona} whose name(4 is/are subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/her/thiar authorized capacity(itsrl, and that by hWher/ttwix signature4on the instrument the person(, or the entity upon behalf of which the persons) acted, executed the instrument. ALAW KAREN HERNANDQ ■ o Notary Public- California [ Orange County Commission Y 2190908 OW -1y Comm. Expires Jan 16, 2026 + Place Notary Seal Above 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 s al. Signature Signature of NotaryPublic OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 04105/2023 Number of Pages: One(l) Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual Cd Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer IsRepresenting: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: eigv aKvh q iq✓a1v� 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, Secretary 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 1 do further certify that Article V, Section 8, of the By - Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: 'That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May. 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 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 Via -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 5th day of April , 2023 . 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.ret)ortsfclaims(a)zurichna.com 800-626-0577 BIDDER: All American Asphalt 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent ofthe Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF - 12 BIDDER: All American Asphalt 2.131 LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location of Subcontractor Description of Work to be Subcontracted Name: SMITHSON ELECTRIC, INC Traffic Loops Address: 1938 E Katella Ave Orange CA 92867 License No.: 614518 Department of Industrial Relation Registration No. 1000001610 Name and Location Description of Work of Subcontractor to be Subcontracted Name: Superior Pavement Markings Striping Address: 5312 Cypress St. Cypress, CA 90630 License No.: 776306 Department of Industrial Relation Registration No. 1000001476 Name and Location of Subcontractor Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration Name and Location of Subcontractor Name: Address: License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration No. Name and Location of Subcontractor Name: Description of Work to be Subcontracted Address: License No.: Department of Industrial Relation Registration No. CBF -13 n BIDDER: All American Asphalt 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: City of Westlake Village 31200 Oak Crest Dr. Westlake Village, CA 91361 Name and Address of Owner Roxanne Hughes 805-890-8885 Name and telephone number of person familiar with project 1,025,336.00 STREET REHAB 6/2022 Contract amount Type of Work Date Completed 2. City of Burbank 275 E Olive Burbank CA 91502 Name and Address of Owner Arlin Megerdichian (818) 238-3942 Name and telephone number of person familiar with project 7,761,320.00 Street Imrpovement 12/2022 Contract amount Type of Work Date Completed 3. City of Norwalk 12700 Norwalk Blvd Norwalk CA 90650 Name and Address of Owner Damian Rosales 562-929-5527 Name and telephone number of person familiar with project 1,041,470.00 Contract amount STREET REHAB 12/2022 Type of Work Date CBF -14 4. BIDDER: All American Asphalt City of Buena Park 6650 Beach Blvd Buena Park CA 90621 Name and Address of Owner Cesar Ortiz 714-562-3689 Name and telephone number of person familiar with project 510,000.00 Contract amount STREET REHAB Type of Work CBF -15 12/2022 Date Completed BIDDER: All American Asphalt SECTION 3 NON-COLL USION AFFIDA VIT CBF - 16 BIDDER: All American Asphalt NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person,partnership,company,association, organization, orcorporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyoneto fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature Michael Farkas Typed or Printed Name Secretary Title All American Asphalt Bidder Subscribed and sworn before me This _ day of A 120 n and for ifornia Commission Expires: CBF -17 (Seal) r^, CALIFORNIA JURAT GOV CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracy, or validity of that document State of California County of Riverside RENONA NAZARi OMYNotary Public C California Riverside County Commission q 2318601 Comm, Expires Jan 10, 2024 + Subscribed and sworn to (or affirmed) before me on this 13th day of April 2023 Date Month By (1) Michael Farkas Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) (2) (and Name Proved to me on the basis of satisfactory evidence be the person who appeared before me.) Signature i� L, ell Place Notary Seal Above Signature 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. Further Description of Any Attached Document Title or Type of Document Non -Collusion Affidavit Document Date: 04-13-2023 Number of Pages: 1 Signer(s) Other Than Named Above: None n BIDDER: CT&T Concrete Paving Inc. CITY OF ROSEMEAD CITYWIDE SIDEWALK, CURB & GUTTER REPLACEMENTS PROJECT No. 24009 SECTION] -BID SCHEDULE CONTRACT BID FORMS CBF -1 rs t BIDDER: CT&T Concrete Paving Inc. BASE BID SCHEDULE SCHEDULE OF PRICES FOR CITYWIDE SIDEWALK, CURB Sc GUTTER REPLACEMENTS PROJECT N CBF -2 0.24009 N0. ITEM DESCRIPTION UNIT EST. UNIT ITEM QTY. PRICE COST Remove existing mature trees uplifting 1 sidewalk. EA 38 _. ? 1— Install new 24 -inch box tree, per SPPWC 520-4 (lagerstroemia indica'Muskogee' or 2 Cercis canadensis'forest pansy). Work 1 shall include restoration of parkway to EA 34 $ ii j (/; � ( ; $ 7 7 74- match grade and elevation. Remove existing and construct new PCC ADA ramps, as listed per Appendix D: 3 Concrete Repair Location Index and per SPPWC, Std. Plan No: 111-5. Case and EA 13 $ 1. L L. r: type will be determined in the field by City representative. Install truncated domes at each location, as listed per Appendix D: Concrete 4 Repair Location Index. Remove 3'x4' EA 9 ; `l. �> i j 1 �. t7 L' concrete segment of curb ramp and $ $ install cast in place truncated domes per SPPWC Std. Plan No: 111-5. Install 4" PCC pathway at Garvey Center (9108 Garvey Ave) and set slope to drain away from the existing building. Work shall include installation of 5 weatherproofing material / concrete vapor SF 236 ? L v i C1 barrier across the exposed building's $ $ spread footing to keep water intrusion into the building prior to pouring PCC. Means & method shall be industry standard for "Basement Waterproofing Barrier" Install an 8 -inch retaining curb at Garvey 6 Park 7933 Emerson PI, as detailed on LF 265 Appendix F: Garvey Dog Park. Remove and replace PCC curb and gutter per SPPWC STD Plan 1203 to 7 match existing. Work shall include LF 20 ci $ % �> replacement of metal curb edge and AC $' slot patch (reconstruction of 1 Foot Strip X 8" Dee of AC Pavement Section). CBF -2 n BIDDER: CT&T Concrete Paving Inc. TOTAL BASE BID AMOUNT IN WORDS: ESCRIPTION UNIT EST.ffPRICE QTY.COST /d,-,...�,- J,I K•/ � •_ �?�.v.f ITEM L_L:;�''�.S TRemoveexisting and construct new PCC, 4" thick, as listed per Append'aSF ete Repair Locaton Index andWC, 9,116 $ 1 E-' r !ot<.>'—, r *' Std. Plan No. 112-2. Remove existing and replace PCC 9 driveway approach per SPPWC Std Plan 110-2 to match existing. Type will be determined in the field by City SF 3,781 $ '¢ $ .:2 . _ representative. Remove existing and construct new PCC gutter/cross gutter, as listed per Appendix D: Concrete Repair Location Index and 10 per SPPWC, Std. Plan No: 122-3 & 123 3. Work shall include AC slot patch SF 1,144 $ ,i - $ ;x .`: / kU, FY (reconstruction of 1 Foot Strip X 8' Deep of AC Pavement Section). Remove existing and construct new PCC 11 curb and gutter, as listed per Appendix D: Concrete Repair Location Index and per SPPWC, Std. Plan No: 120-3, to match LF 1,036 $ ""f" I $ r Ct ', / (= - existing. complete and in place. 12 Traffic Control and Mobilization LS 1 $ 700 TOTAL BID AMOUNT IN NUMBERS $ % .1 5 33.64 TOTAL BASE BID AMOUNT IN WORDS: HV i-7 Ail f-,6 l�(; �/e: L.�cJ /d,-,...�,- J,I K•/ � •_ �?�.v.f L_L:;�''�.S The award of Contract shall be based on the TOTAL BASE BID AMOUNT only. In the case of discrepancies to the amount of bid, unit prices shall govern over extended Full compensation for the items listed to the right as Items A, B, C, D and E are considered as inclusive in each Bid Item listed above in the Base Bid Schedule and Additive Alternate Bid Schedule as applicable, and no additional and/or separate compensation will be allowed. A. Mobilization / Demobilization B. Traffic Control C. NPDES, W WECP, and Best Management Practices (BMPs), Public Convenience and ADD Construction Staking b Land Surve or E. Clearine and Grubbing CBF -3 W 2 BIDDER: CT&T Concrete Paving Inc. The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. A bid is required for the entire work, that the quantities set forth in the -Bid are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Dollars ($ ) said amount being not less than ten percent (101/6) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract CBF -4 BIDDER: CT&T Concrete Paving Inc. resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. -- ��� .� „�� win ietea within the workin a s specified on the Notice Inviting Bids. The Contract Time will begin to run ten 10 Working Da s from the date of the Notice of Proceed and sub'ect to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. EXAMINATION OF SPECIFICATIONS AND SITE OF WORK The Bidder declares that he/she has carefully read and examined the project plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project. Name of Person who inspected the site: Jose Carvajal Date of Inspection: 04/12/2023 ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No.1 Dated 04/07/2023 Addendum No. Dated Addendum No. Dated Addendum No. Dated CBF -5 M BIDDER: CT&T Concrete Paving Inc. PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10265.1 STATEMENT In conformance with Public Contract Code Section 102851 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _ No x If the answer is yes, explain the circumstances in the following space. M PUBLIC CONTRACT CODE 10232 STATEMENT n BIDDER: CT&T Concrete Paving Inc. In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. CBF -7 By: Si Jose Carvajal Type or Print Name President Title n BIDDER: CT&T Concrete Paving Inc. 324 S. Diamond Bar Blvd, PMB 275 Business Street Address Diamond Bar, CA 91765 City, State and Zip Code 909-629-8000 Telephone Number Bidder's/Contractor's State of Incorporation: California Partners or Joint Venturers: N/A Bidder's License Number(s): 875627 Department Industrial Relations Registered No. 1000025154 NOTES: ]) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the oration partnership or joint venture has the authority to do so CBF -8 WL SECTION 2 BID DATA FORMS CBF -9 r) BIDDER: CT&T Concrete Paving Inc. M n BIDDER: CT&T Concrete Paving, Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT CT&T Concrete Pavinq. Inc. as Principal, and Contractors Bonding and Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Total Bid Amount DOLLARS ($ 10% of Total Bid Amount ), being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the CITYWIDE SIDEWALK, CURB & GUTTER REPLACEMENTS —as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated April 13, 2023 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 7th day of April , 20 23 CZ ' Concrete Paving, In . (SEAL) Principal By: By: ,atgww J05�_ 4,rve,� — Wf-,, leas+ CBF -10 Contractors Bonding and Insurance Company (SEAL) Surety Signature Emi e G ge, Attorney -in -Fact 5i n CALIFORNIA ALL- PURPOSE CERTIFICATE _ , • WLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles _ } On r 1 I Z" zt::: z, before me, Daniel A. Butler, A NotarrPublic (Here hnsea tame ane trte oTtn¢OfT.ircrl personally appeared c s<-. („rV . V '— --- -- _ who proved to me on the basis of satlsfactdry evidence to be the persons) whose name($) Is re subscribed to the within instrument and acknowledged to me that l lie he/they executed the same in jgerftheir authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. =Nltly R Yg02ap7Ca4fomia a, _ Cour `•'C May 2, 2026 Notary Public Signature (Notary Public Seal) OF THE ATTACHED DOCUMENT (Title or desedpbon of attached document) (Title yr description of attached document continued) Number of Pages _ Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other ti,re.iVvtaryCla_so:,.corn 602-L'7fi?StiS INSTRUCTIONS FOR COMPLETING THIS FORM t This farm complies with current Cal forma statutes regadmg nolmy wordingand, if needart should be completed and attached to the document Acbmowledgments from other stares may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. • State and Comity iufonuafion rust be the State and County where the document signet(s) personally appeared before the notary public lir acknow(edgmcnt. • Uate of nnterimtion must ba the date that the sivier(s) personally appeared which must also be tine same date the acknowledgment is completed. • The notary• public "'list print his or For name as it appears within his or her commission followed by a coma a and then your title (notary public). • Print the name(s) of docrhment signe(s) who personally appear at the time of notarization. • Ind"'am rte correct singular or Plural forms by classing off inconect forms (i.e. helshe""ley— is :are ) or circling the correct forms. Fan lure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photagraphioally reproducible. Impression must not cover test or lines. 11 Seal impression smudges, iv -seal iI-a sufficient area permits, otherwise complete a different acknowledgment firm. • Signature ofthe notary public must match the signature on file with thee office of the county clerk. • .Additional infomhation is not required but could help to ensure this acknowledgment is not misused or attached to a dillercnt document se Indicate title or tyre of attached document. number of pages and date. Indicate the capacity churned by the signer. If the claimed capacity is a Corporate officer, indicate the title (i.e. CEO, CFO, Secre,). • Securely attach this document as the signed doeamem with a staple, n ARIZONA NOTARY ACKNOWLEDGMENT State of Arizona Countyof Maricopa } On this ---APR 0 7 2023 , before me Danielle Hanson [Name of Notary Public] Personally appeared Emilie George whose identity was proven [Name of Signer] to me on the basis of satisfactory evidence to be the person who he or she claims to be, and acknowledged that he or she signed the above/attached document. Witness my hand and official seal. DANIELLE IRISH 12ONA NOTARY WBLIC ARIZONA MARICOPACOUN Y COMMW10M PSWa23 MYCOMMISSION D PIKES AUGUST 11.2 a (Seal) [Affix Seal Here] Signature of Notary Public POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 900-645-2402 Know Aft Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Yung T. Mullick, Jame W Moilanen P Austin Neff Irene Luong,Emilie George, Danielle Hanson Christine Woolford Alexander R Holshetmer, lomtly or severally in the City of Mission Vieio , State of California its true and lawful Agents) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Sur bonds and undertakings in an amount not to exceed Surety, in general_ any and all Twenty Five Million Dollars ( $25.000.000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of Resolution adopted by the Board of Din rtn.c ..f ... h .„tet, ------ :-- --, :_ - __. "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate the Company by the President. Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." ,,, ---aa wnnrr-vr, me RLI insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 15th day of February 2023 , Aft Insurance Company o "•, , "' tlCE C6 Contractors Bonding and Insurance Company .......... ? _. SPAL SEAL,By:/� !t/� b;•, fes Barton W. Davis Vice President State of Illinois ) • .r�mew 1lt Nogg County of Peoria On this 15th _ day of Fehmary 2023 , betbre me, a Notary Public, personally appeared Bartmn W Davis , who being by me duly sworn. acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: W70Wir.-�. &.L� , Catherine D. Geiger 0 Notary Public CNTNERINE D. GEIGER wrwv. OFFICIAL SEAL Notary Pudt . State of nsocis ..�,r My C -r Mion Expns; December 05.2026 CERTIFICATE I, the undersigned officer of RLI Insurance Company andior Contractors Bonding and Insurance Company, do hereby certily that the attached Power of Attomey is in full force and effect and is irrevocable: and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof. I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this 7th dayof April . 2023 . RLI Insurance Company Contractors Bonding and Insurance Company JeBrey DCyrcM Ir 'r `-' Corporate Secretary ary A0058D19 n BIDDER: CT&T Concrete Paving Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuantto Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-halfof 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF - 11 n BIDDER: CT&T Concrete Paving Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors."] Name and Location Description of Work of Subcontractor to be Subcontracted Name: Tiger Tree Service Inc Tree Removals License No.: 1056347 Department of Industrial Relation Registration No. PW -LR -1000513678 Name and Location of Subcontractor Description of Work to be Subcontracted Name: V&A Tree Service Tree Planting Address: 13221 Rainbow Street Garden Grove CA 92843 License No.: 904457 Department of Industrial Relation Registration No. 1000028274 Name and Location of Subcontractor License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted Address: License No.: Department of Industrial Relation Registration Name and Location of Subcontractor Name: License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration CBF -12 n 2.0 REFERENCES e) BIDDER: CT&T Concrete Paving Inc. The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: of Rancho Palos Verdes, 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 Name and Address of Owner Anthony Flores, 562-547-8555 Name and telephone number of person familiar with project $242,088.00 ADA Curb Ramp Improvements 3/31/2023 Contract amount Type of Work Date Completed 2. City of Orange, 300 E. Chapman Ave Orange, CA 92866 Name and Address of Owner Salvador Munoz, 714-744-5547 Name and telephone number of person familiar with project Annual Concrete Replacement $775,280.00 at Various Locations 07/21/2022 Contract amount Type of Work Date Completed 3. City of Moreno Valley, 14177 Frederick St, Moreno Valley, CA 92553 Name and Address of Owner Quang Nguyen, 951-413-3159 Name and telephone number of person familiar with project $651,300.00 ADA Curb Ramp Improvements 08/30/2022 Contract amount Type of Work Date Completed CBF -13 n eo) BIDDER: CT&T Concrete Paving Inc. Los Angeles County Department of Public Works, 900 S- Fremont Ave, Alhambra, CA 91804 Name and Address ofOwner Cesar Oreliana, 562-869-1176 Name and telephone number of person familiar with project $3,000,000.00 Parkway Concrete Maintenance 08/03/2022 Contract amount Type of Work -- Date Completed CBF -14 r' A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles } OnZt>_z `� before me, Daniel A. Butler, A Notary Public (Here msen nemeaM N.! of on¢eq personally appeared Jesswho proved to me on the basis of satisf ctory evidence to be the -person(s) whose name(&) Is re subscribed to the within instrument and acknowledged to me that K�he/they executed the same in Is erltheir authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official seal. ]}maLT DnELA.SMER y Comrrissbn#240267/Notary Public-CaliforniaNLos Angeles CoumyM' corral. Expres May 2.2026 Notary Public Signature (Notary Public Sea[) ADDITIONAL OPTIONAL INFORMATIONINSTRUCTIONS FOR COMPLETING? THIS FORM DESCRIPTION OF THE ATTACHED DOCUMENT 77risform complies with current Ca7rforniastatules regarding notary wording arid, if needed, should he completedand attached to the document. Acknowledgments fram other stares may be completedJor documents being.sent to that stole so long as the warding does not require the California norary to violate CaliJorma notary law. (Title or descdpfien of attached document) . State and Country inlormation must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. — — - _-- -- (Title or dascdption of attached document continued) • Date of solarization must be the date that the signer(s) personally appeared which must also be the smile date the acknowledgment is completed. Number of Pages Document Date • The notary public must print his or her name as it appears within his or her -_ commission followed by a comma and then your title (notary pnhre). • Print the nanae(s) of document signer(s) who personally appear at the time of - notari?fllion. CAPACITY CLAIMED BY THE SIGNER • indicate the correct singular or plural Tomas by crossing off incorrect forms (i,e. ❑ Individual (s) heisha"Uiey—Pilere) or clroling the conc•et farms. Failure to correctly indicate this ❑ Corporate Officer information may toad to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal il' a ' (Title) suffcient siert permits, othrrwise cumpleteatli f7erenl acknowledynnent form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of ❑ Attomey-in-Fact the county clerk. Trustee(s) Addllional inronrtation is not required but could help to erasure chi's ❑ acknowledgment is not misused or attached to a different document. Gt Other {• Indicate title or type of attached ducumem. number of pages and date. Indicate tine capacity claimed by the signer. If the claimed capacity is a _ cutporatc officer, indicate the title li.e. CE:O, CFO, Secretary). ..;rv.NoteryCla� sas.co;r. 000.. '/:•_^3C;g Strourely anach this document to the simied doarment with a staple. 0 CITY OF ROSEMEAD ARTERIAL STREET PAVEMENT REHABILITATION PROJECT No. 43010 PART "C" TECHNICAL PROVISIONS • ARTERIAL STREET PAVEMENT REHABILITATION PROJECT No. 43010 TECHNICAL PROVISIONS SECTION 1 - SITE MAINTENANCE 1.01 General. The Contractor shall maintain the construction site in a neat and orderly condition, free from trash and waste construction materials at all times. Unattended construction materials, equipment, and trash shall be left in a manner to not constitute a fire hazard nor become a nuisance or danger due to rain, wind, or other forces of nature. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. The Contractor shall provide proper barricades with flashing lights properly working and temporary fencing to insure a safe construction site. The Contractor shall maintain the work site in a manner that assures adequate access to workers and other authorized personnel. The Contractor shall provide proper traffic control in all construction areas. 1.02 Dust Control. The Contractor shall exercise all reasonable and necessary means to abate undue dust. Application of water for dust control shall be under the control of the Engineer and shall be applied in the amounts and at locations designated by the Engineer or other City Representatives. 1.03 Control of Water. The Contractor shall work in a manner that does not prevent storm or other water from flowing uninterrupted along the existing street drainage courses. Diversion of water for short reaches to protect construction may be permitted if public or private properties are not threatened with damage. Should such diversions be necessary, the Contractor shall obtain written permission from the applicable public agency or property owner before the Engineer will permit any diversion of water outside rights-of-way or normal drainage courses. 1.04 Protection of Existing Improvements. Construction operations shall be conducted in a manner that assures all permanent facilities and improvements, as well as temporary improvements which remain during the life of this contract, are not subject to vertical settlement or horizontal movement. The Contractor shall work around all existing utility facilities. During construction the Contractor shall cooperate with the owners of any utility that has manholes, vaults, valve covers or any other facilities within the construction area. These facilities shall be completely protected by the Contractor. The Contractor shall exercise care to prevent asphalt material from being deposited on concrete surfaces. Unless otherwise specified, all costs for protection of existing improvements shall be absorbed in the various items of work and no separate payment shall be made for them. TECHNICAL PROVISIONS TP -1 r)l n 1.05 Restoration of Existing Improvements. All existing improvements removed or damaged during construction shall be reconstructed in accordance with the applicable provisions of the Standard Specifications for Public Works Construction, 2012 Edition, (hereinafter referred to as the Standard Specifications). The Contractor shall replace or restore existing improvements to their original condition to the satisfaction of the Engineer at no expense to the City. 1.06 Disposal of Removed, Cleared, and Waste Material. All removed, cleared, and waste material shall become the property of the Contractor and shall be disposed of by the Contractor outside the limits of work in accordance with the applicable ordinances and regulations of governmental agencies having jurisdiction. 1.07 Final Clean Up. After completion of all other work required under the contract, the Contractor shall, at no expense to the City, clean up the work site including any and all properties used by the Contractor during construction to the satisfaction of the Engineer. The Contractor shall remove and dispose of all excess materials. The Contractor shall repair, replace, or restore, to the satisfaction of the Engineer, all property of any type or nature which has been moved, damaged or altered in any way by the Contractor's operations. The Contractor shall return all roadway and adjoining surfaces to their original condition and appearance. The Contractor shall provide all necessary means to avoid tracking asphalt oil on existing asphalt pavement or concrete pavement during paving operations The Contractor shall slurry (quick set emulsion aggregate slurry, Type II (cationic) with 2-1/2% latex additive) all asphalt pavement area where asphalt oil was accidentally tracked If tracking is left on the concrete pavement Contractor shall sand blast the affected area to its original condition and to the satisfaction of the Engineer or City Representatives at no additional cost. Any and all of these requirements shall be at the Contractor's expense. 1.08 Payment. No separate payment will be made for Site Maintenance. All costs for furnishing all labor, materials, tools, dump fees, and incidentals and doing all the work involved, as specified herein and as directed by the Engineer, shall be included in the prices bid for the various contract items of work. SECTION 2 - CLEARING AND GRUBBING 2.01 General. Clearing and Grubbing shall conform to Section 300-1, "Clearing and Grubbing" of the Standard Specifications. The following paragraphs shall be added to Subsection 300-1.3, Removal and Disposal of Materials of the Standard Specifications: "CONTRACTOR shall remove and transport debris and rubbish in a manner that will prevent spillage on streets or adjacent areas. Cleanup of spillage will be at CONTRACTOR'S expense. Unless noted otherwise elsewhere on the contract documents, all materials indicated to be removed shall be recycled immediately at the CONTRACTOR'S expense at a site approved by the Engineer. No demolished materials shall be stored in the Work Area or Staging Area at any time, but instead shall be removed and recycled immediately. TECHNICAL PROVISIONS TP -2 n 1^ Contractor shall not start any removal work unless it is prepared to perform reconstruction work immediately without interruption from the time removals begun, unless otherwise approved by the Engineer". In addition, the following items of work are included under Clearing and Grubbing, unless otherwise covered by specific bid items: A. Maintaining dust control at all times by watering and sweeping B. Providing traffic control and maintaining access, security and safety including all signs, barricades, flashers, covers, plates and chain link fencing as specified elsewhere in these specifications. C. Protecting in place of existing water mains, sewers, gas lines, water meters, valve covers, walls, fences, curbs, fire hydrant, telephone and power poles, and other existing structures. D. Removing, storing, and replacing removable and portable items and their safe handling and keeping. E. Providing temporary pumps, conduits, and any other necessary means to convey waste waters in order to bypass the construction as needed and as approved by the Engineer. F. Saw cutting Portland cement concrete and asphalt concrete pavement for construction of smooth and straight joins. G. Providing shoring, sheeting, bracing, etc. for excavations. H. Removing, relocating and replacing all sprinkler lines, heads, valves, and other landscaping items interfering with the construction of improvements. I. Removing and disposing of all existing improvements interfering with the construction of new improvements and/or as required elsewhere in these specifications and not included in other bid items. J. Restoring landscaping or any other miscellaneous improvements damaged during construction. K. Removing, replacing, backfilling, and compacting miscellaneous earthwork resulting from removing existing improvements that are not replaced and where excavations were made for concrete forming. L. Backfilling areas with clean topsoil; grading to join elevation of newly constructed curb, sidewalk, and driveway approach; and seeding, watering, and caring for rye grass or approved equal by the Engineer until the grass is established. TECHNICAL PROVISIONS TP -3 n r) M. Providing all necessary means to prevent tracking of asphalt oil on existing or new asphalt pavement including a water truck during the paving operation and for restoring areas where asphalt oil was spilled. N. Coordinating the construction with all utility companies. O. Obtaining permit from the appropriate water company for connection to fresh water source and delivering water to the point of use and assuming payment of all fees and payment for water used. P. Replace and adjust to grade water/gas meter boxes as necessary 2.02 Payment. Remove subsection 300-1.4, Payment of Standard Specifications and replace with the following: "Payment for Clearing and Grubbing including recycling shall be considered included in various bid items except for other removal items as listed in the bid schedule". SECTION 3 - CONTRACTOR'S RESPONSIBILITIES BEFORE COMMENCEMENT THE PROJECT 3.01 General. Due to the nature of this project involving some inconveniences, the Contractor shall respond to all complaints associated with the project that include any alleged damage to private property and/or vehicles, within 24 hours of notification. Failure to comply with this provision will result in an additional penalty of $50.00 per occurrence. The City reserves the right, after 24 hours of notification, to respond to the complaint and repair the alleged damage. The Contractor shall reimburse the City for all costs involved in addressing the complaint, including any administrative costs incurred by the City. 3.02 Notification of Affected Owners or Businesses The Contractor shall distribute notices informing those affected that construction will be performed in proximity to their property. The notice shall be distributed not less than 48 hours before commencement of work The Contractor shall provide a sample notification to the Engineer for approval 3.03 "NO PARKING" Signs. The Contractor shall post temporary "NO PARKING" signs at no cost to the City. The "NO PARKING" signs will be in place not less than 48 hours prior to performing the work. 3.04 Payment. No separate payment will be made for Contractor's Responsibilities Before Commencement of the Project. All costs for furnishing all labor, materials, tools, and incidentals and doing all the work involved, as specified herein and as directed by the Engineer, shall be included in the prices bid for the various contract items of work. SECTION 4 - COLD PLANING ASPHALT CONCRETE PAVEMENT 4.01 General. The Contractor shall cold plane the asphalt concrete pavement roadway area within the limits of the project as dimensioned on the plan and as directed by the Engineer, all in accordance TECHNICAL PROVISIONS TP -4 F" 1 with Section 404 "Cold Milling Asphalt Concrete Pavement' of the Standard Specifications. Cold planing shall be as indicated on the plans. Contractor shall install temporary striping immediately after cold planning Contractor shall apply ARUM overlay not more than 48 hours after cold milling 4.02 Payment. Payment for cold planing asphalt concrete pavement shall be made on a square foot basis and at the unit price bid under Bid Item No. 1. The unit prices paid shall include full compensation for furnishing all labor, material, tools, and equipment and doing all work as specified herein including removal and disposal of all loosened material, sweeping, dump fees, and incidentals and doing all the work involved as specified herein and as directed by the Engineer. SECTION 5 — ASPHALT CONCRETE PAVEMENT AND OTHER ASPHALT ITEMS 5.01 General. Asphalt concrete pavement shall be constructed in accordance with Section 203, "Bituminous Materials" and Section 302-5, "Asphalt Concrete Pavement' of the Standard Specifications and the Plans. 5.02 Asphalt Rubber Hot Mix (ARHM). Asphalt concrete overlay shall be constructed in accordance with Section 302-9, "Asphalt Concrete Pavement' of the Standard Specifications. Asphalt concrete to be used by the Contractor as part of this work shall be ARHM-GG-C (PG 64- 16). Asphalt concrete overlay shall be as shown on the Plans. 5.03 Asphalt Concrete Pavement Overlay and Asphalt Patch Reconstruction. Asphalt concrete pavement reconstruction shall be constructed in accordance with Section 302-5, "Asphalt Concrete Pavement' of the Standard Specifications. The replacement asphalt concrete pavement adjacent to new concrete construction shall be equal to the thickness of the edge of gutter, of the cross gutter or of the local depression plus 3/8 inches lip. 5.04 Subgrade. Asphalt concrete pavement shall be constructed on compacted native subgrade. 5.05 Clean Concrete Improvements After Asphalt Concrete Pavement Overlay. The Contractor shall remove all asphalt concrete pavement overlay that spills onto the concrete curb gutter, cross gutter, local depression and all other concrete improvements. Removal shall be done as soon as the asphalt concrete pavement has been laid. Any oil or other spillage onto concrete improvements shall also be removed in a manner to leave them completely clean of any paving material. 5.06 Payment. Payment for Asphalt Concrete Pavement and Patch will be made at the unit price bid under each respective Bid Item as listed on the bid schedule. The unit prices paid shall include full compensation for furnishing all labor, material, tools, and equipment to complete the work specified herein and as directed by the Engineer, including the costs for removal, disposal, and disposal fees. Subgrade preparation and cleaning of concrete improvements will be included in the cost bid for Asphalt Concrete Pavement. TECHNICAL PROVISIONS TP -5 n W SECTION 6 — FULL DEPTH LOCALIZED ASPHALT PAVEMENT REPAIR 6.01 Full Depth Localized Asphalt Concrete Pavement Repair (FDLAPR) option shall include the following: l .) Remove 10" thick AC pavement section. As discuss above under subsection Part 2 - SPECIAL PROVISIONS, Clearing and Grubbing: "The existing AC pavement section is not known and may vary. For this project, the upper 4" of the AC pavement section is considered AC pavement and underneath it is considered base material." 2.) The exposed subgrade shall be scarified to a minimum depth of 8" inches, moisture conditioned moisture conditioned to the optimum moisture content and recompacted to a minimum of 95% relative compaction. 3.) Construct 10" thick AC pavement section consisting of 2" ARHM over 2" AC over 6" base over scarified and compacted subgrade. 4" thick AC pavement shall consist of 2" ARHM wearing course, on 2" AC base course, Type B -PG 64-10. 4.) Apply tack coat on the AC base course prior to construction of 2" AC wearing. Tack coat is further described below. 5.) The Contractor shall adjust all affected utility structures to grade per subsection 5, Utilities, above. 6.02 Location of the construction FDLAPR shall be determined by the Engineer during construction. 6.03 Payment: All cost to construct Full Depth Localized Asphalt Pavement Repair shall be paid per Square Feet (SF) of the FDLAPR surface and shall include removal of pavement section, scarification, tack coat and construction of asphalt pavement section. SECTION 7 — TACK COAT 7.01 General. Tack Coat per subsection 302-5.4 of SSPWC and add the following: a. TACK coat material for overlay shall be PG 64-10 applied at a rate of 0.05 gallons per square yard applied at a minimum of 350 degrees Fahrenheit from a distributor truck with a functioning heating element capable of raising the temperature by 3 degrees Fahrenheit per hour. 1.) On the construction of new AC pavement section, tack coat shall be applied on base course before the wearing course is applied. TECHNICAL PROVISIONS TP -6 n n 2.) Tack coat shall be placed so far ahead of paving that the tack coat is tracked away by trucks from more than 20 percent of the tracked area. 3.) Tack coat for joints on trenches and remove and replace repairs shall be uniformly applied at .20 gallons per square yard PG 64-10 or two coats SSIh applied uniformly at .20 gallons per square yard each coat. 4.) The CONTRACTOR shall place the tack coat in a manner to prevent vehicles from driving through the tack coat. b. Measurement and Payment subsection 302-5.4 of SSPWC, revise to: Full compensation for tack coat shall be included in the Bid Item for AC coldmill and overlay, and Full Depth Localized Asphalt Pavement Repairs of the Bid Schedule. SECTION 8 - ADJUST MANHOLE FRAME AND COVER TO GRADE 8.01 General. All manhole frames and covers shall be marked as to their location by the Contractor prior to placement of the asphalt concrete pavement. Upon completion of the asphalt concrete pavement and after reasonable time is allowed for setting, the Contractor shall raise the manhole frames and covers to grade in accordance with Section 301-1.6, "Adjustment of Manhole Frame and Cover Sets to Grade" of the Standard Specifications. 8.02 Manhole Frame and Cover or Vault. The manhole frame and cover or concrete vaults that are at the finish grade ofthe street shall be protected along with the vault during the cold milling and paving operations. Contractor shall clean any concrete left inside existing main line. 8.03 Payment. Payment for adjusting manhole frames and covers to grade will be made at the unit price bid under Bid Item 7. The unit price paid shall include full compensation for furnishing all labor, material, tools, and equipment and doing all work as specified herein and as directed by the Engineer. SECTION 9 - ADJUST WATER AND GAS VALVE COVER TO GRADE 9.01 General. The Contractor shall remove all dirt and debris from existing valve covers to be adjusted. The Contractor shall furnish adjustable slip-on metal cans to be placed within existing metal cans. Existing covers shall be adjusted to new pavement grade on slip-on cans during paving operation. Contractor shall clean inside of gas valve or water valve after pavement. 9.02 Payment. Payment for adjusting value covers will be made at the unit price bid under Bid Item No. 8. The unit price paid shall include full compensation for furnishing all labor, tools, TECHNICAL PROVISIONS TP -7 material including slip-on cans, and equipment involved in raising covers to grade as specified herein and as directed by the Engineer. SECTION 10- SIGNING, STRIPING AND PAVEMENT MARKERS 10.01 GENERAL All equipment, materials, machines, and components used for signing, striping, stenciling, and the installation thereof, shall conform to the State of California, Department of Transportation (CALTRANS) Standard Specifications, 2010 Edition, and the California Manual on Uniform Traffic Control Devices (CAMUTCD) for Streets and Highways, 2012 Edition. Section 15: EXISTING HIGHWAY FACILITIES Section 56: SIGNS Section 84: TRAFFIC STRIPES AND PAVEMENT MARKINGS The Caltrans plans and Specifications are hereinafter referred to as State Standard Plans (SSP) and State Standard Specifications (SSS). The following technical provisions are supplementary and in addition to the provisions of the State of California Department of Transportation Standard Specifications, and are only called out to elaborate, to amend, to specify an option, to add thereto, delete all or part thereof, or emphasize an important task. The Contractor shall furnish and install all materials required for the completion of work as shown on the plans. TRAFFIC STRIPES AND PAVEMENT MARKINGS 84-1 GENERAL Description. PRIOR TO COMMENCEMENT OF RESTRIPING, THE CITY WILL PROVIDE A PRECISE SET OF STRIPING PLANS FOR THE CONTRACTOR TO IMPLEMENT WHEN RESTRIPING. The marking and striping documents shown on Sheet 8 through Sheet 14 of the construction plan set are schematic by design. delineation, dimensions, and locations of pavement markings, markers, and limits of work are approximate and for bid purposes only. Final limits of work, pavement markings and markers, and all items of work shall be per the city engineer or designee. The contractor will be provided with precise plans will be provided prior to restriping. All striping details including crosswalks, limit lines, and pavement markings shall be installed with thermoplastic. All curb markings shall be installed with two coats of water borne base paint. TECHNICAL PROVISIONS TP -8 n n Contractor shall be responsible to get a written approval of the first coat before the second coat of paint can be applied. Contractor shall re -apply second coat of paint if he/she does not have written notification at his/her cost. Control of Alignment and layout. The Contractor shall furnish the necessary control points for all striping and markings, and shall be responsible for the completeness and accuracy thereof to the satisfaction of the Engineer. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary not more than half-inch (%") in (50') from the specified alignment. When no previously applied figures, markings, or traffic striping are available to serve as a guide, suitable layouts shall be spotted in advance of the permanent thermoplastic application. Using a rope as a guide for making spots every five-foot (5') may spot traffic lines, by using a marking wheel mounted on a vehicle, or by other means satisfactory to the Engineer. The layout of all work to be painted shall be inspected and approved prior to painting. Any work painted without prior approval of the layout is subject to removal and replacement at Contractor's expense. The Contractor shall employ a worker with minimum often (10) years of experience to supervise the location, alignment, layout, dimensions, and application of the pavement markings. 84-2 THERMOPLASTIC Thermoplastic shall be used on all striping details, crosswalks, pavement markings, and arrows. 84-3 PAINTED TRAFFIC STRIPING AND MARKINGS Materials. Contractor shall furnish and install raised pavement markers (RPMs) for all striping details. Application. The Contractor shall furnish and install traffic delineation using painted "Cat Tracking," temporary marking tape, or other approved media on the same working day as existing striping is lost, in locations consistent with the striping plan(s). If temporary -marking tape is used, all tape shall be removed prior to installation of permanent striping. 1.02 PAYMENT. No separate payment will be made for Signing and Striping. All costs for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved, as specified herein and as directed by the Engineer, shall be included in Lump Sum Bid Items No. 9. No additional compensation shall be made. 1.03 REMOVAL OF CONFLICTING STRIPING. Spotting shall be completed prior to removal of any existing striping. Existing striping and markings shall be removed prior to painting new striping and markings. No streets shall be left without the proper striping for more than 24 hours, or over weekends or holidays. All traffic lanes open to the public shall have line delineation. TECHNICAL PROVISIONS TP -9 f1 n Existing striping, pavement legends and markings that do not conform to the plan shall be removed by wet sandblasting per Section 15-2.02B, "Traffic Stripes and Pavement Markings," and Section 15-2.02C, "Pavement Markers," of the State of California Department of Transportation Specifications. All striping that is to be removed must be removed by wet sand blasting method. Sand blasting debris shall be removed before the end of each working day. No "Blanking Out" or temporary covering will be allowed. All stripping removals shall include removal of associated raised pavement markers. 1.04 PAYMENT. No separate payment will be made for Removal of Conflicting Striping. All costs for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved, as specified herein and as directed by the Engineer, shall be included in Bid Items for Signing and Striping. No additional compensation shall be made. 1.05 SIGNS (SSS SECTION 56) 56-2 ROADSIDE SIGNS Construction. New signs shall be installed using new metal posts set at a minimum 30 -inches depth in a minimum 12 -inch diameter P.C.C. footing. The length of the metal post shall be sufficient to extend from the top of the sign to 30 -inches below the top of the concrete footing and provide seven feet (7') clearance between the finished grade and the bottom of the sign unless otherwise indicated on the plans. The depth of the concrete footing shall be sufficient to extend at least six -inches (6") below the bottom of the post. All sign facing shall be manufactured of Diamond Grade Fluorescent VIP Sheeting. All signs shall have a graffiti film coating. The date of installation of a sign is to be embossed on the back of the sign and shall be considered as the start of the warranty period. "Property of the City of Rosemead" should also be embossed on the back of the sign. All signs placed within the public right-of-way shall be installed using the following guidelines: No signs shall be placed on wood poles at any time. Larger (wide) signs shall be mounted on the top of a sign combination. No sign shall have an outside edge closer than one -foot (1') to the back of the curb. Sign panel facing shall be perpendicular to approaching traffic unless otherwise specified by the Engineer. Sign post shall be 12 feet channel type. TECHNICAL PROVISIONS TP -10 n r) Signs shall be mounted on posts in a good workmanship manner using metal hardware suitable for the type of installation made. Installation materials shall be of stainless steel and is theft proof Signs shall be kept a minimum distance of fifteen feet (15') in front of trees, power poles, etc. Signs shall be kept far away from trees so that tree growth will not obstruct the visibility of the traffic sign. Sign posts shall be installed three -feet (3') behind curb face. Sign posts installed within the sidewalk must maintain a minimum of four -foot (4') horizontal clearance for pedestrians. All signs shall be standard size and reflectorized color as specified in the California Manual on Uniform Traffic Control Devices (CAMUTCD) latest edition, unless otherwise shown on plans. No signs shall be overlapped and must be installed with separate bolts. "Begin/End" or "Tow -Away" plates are exempt. All core drill holes must be large enough for post anchors to fit. All core drill holes must be patched around the signpost with concrete after installation. 1.06 PAYMENT. No separate payment will be made for Roadside Signs. All costs for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved, as specified herein and as directed by the Engineer, shall be included in Bid Item No. 9. No additional compensation shall be made. TECHNICAL PROVISIONS TP -11 • CITY O ARTERIAL STREET P PROJ n r) APPENDIX A - PROJECT PLANS n r) CITY OF ROSEMEAD CALIFORNIA ADDENDUM #1 CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR ARTERIAL STREET PAVEMENT REHABILITATION PROJECT No. 43010 Date Issued: April 14, 2023 eo� n Addendum for: Residential Street Pavement Rehabilitation, FY 2023-24, Project No. 43010 Addendum No.: 1 Addendum Date: April 14, 2023 Issued by: City of Rosemead Reminder 1: Bid due date/time remains unchanged. Bids are due at 10:30 a.m. on Tuesday, April 18, 2023. Reminder 1: Please sign Addenda Acknowledgement on page CBF -6 of Revised Bid Package Section Titled "Contract Bid Forms". Entire Revised Contract Bid Forms section shall be submitted as Bidder's Proposal. Addendum 1 reissues a Revised Bid Schedule. Please see Attachment A — Revised Bid Schedule per Addendum 1. All contractors are required to submit this Revised Bid Schedule as part of their bid to be considered responsive. Addendum 1 revises Project Plans. Please see Attachment B — Revised Project Planer Addendum 1. The revisions per Addendum 1 are shown as revision clouds on these revised plans. Addendum 1 provides responses to the following questions received: Question 1: At the full AC reconstruction areas does the contractor have to maintain 1 lane in each direction? The full AC reconstruction on Marshall St is only 34 ft wide. Maintaining two 12 ft lanes in each direction would leave a 10ft wide work zone. Response 1: For the full AC Reconstruction Areas, Contractor does not need to provide 1 lane for traffic during construction. The street could be closed during workday operation, but all lanes shall be reopen at the end of each workday. Question 2: Does the contractor have to reopen all lanes at the end of workday in the full AC reconstruction areas? Response 2: All lanes shall be reopen at the end of each workday. Question 3: Can Misc. Aggregate Base be used as a substitute for Crushed Aggregate Base? Response 3: Crushed Aggregate Base is specified for this project. No substitute is permitted. Question 4: Please confirm that Pavement Type 1 includes a 2" mill of existing asphalt, construct 2" wearing course ARHM and construct 2" asphalt base. Response 4: Project Plans have been revised to reflect Cold -mill 2" Existing Asphalt Concrete and construct 2" of ARHM. Work includes crack sealing prior to construction of the 2" ARHM. Addendum 1, Page I of 2 W n Question 5: Can the city provide a roadway cross section of the proposed asphalt sections? Response 5: Typical Cross-sections for the Pavement Section Details have been provided in Attachment C Question 6: Can the city provide a quantity of utilities that need to be adjusted to complete proposed work? Response 6: The City does not havethis information available. It is the contractor's responsibility to adjust all utilities to grade within the project limits. Question 7: The quantity for line item 4, Construct 2" AC Base Course, is not correct if the intention is to mill 2" and construction 2" ARHM. Please advise. Response 7: Project Plans have been revised to reflect Cold -mill 2" Existing Asphalt Concrete and construct 2" of ARHM. Work includes crack sealing prior to construction of the 2" ARHM. The quantity for Item 4 has been revised to reflect the changes. Question 8: Is earthquake/flood insurance required? Response 8: Flood insurance is not required for this project. On Page 15 of the General Provisions, as stated, Contractor shall not be responsible for restoring damage valued in excess of five percent (5%) of the Contract Price if such damage was caused by an earthquake measuring over 3.5 on the Richter scale or by a tidal wave, as provided for in Public Contract Code Section 7105. Question 9: Is the contractor responsible for up to 5% of the contract value for any damage caused by an earthquake under 3.5 on the Richter Scale? Response 9: On Page 15 of the General Provisions, as stated, Contractor shall not be responsible for restoring damage valued in excess of five percent (5%) of the Contract Price if such damage was caused by an earthquake measuring over 3.5 on the Richter scale or by a tidal wave, as provided for in Public Contract Code Section 7105. Question 30: Does this contract include work within the railroad r/w? Sheet 2 in the plans shows work close to the railroad but it is unclear if the work encroaches onto railroad property. Response 30: No, work will be away from railroad Right -of -Way so that a Railroad permit is not required for this Project. The actual limit will be marked on the existing pavement prior to milling operation near the railroad tracks. Attachments: Attachment A — Revised Bid Schedule per Addendum I Attachment B — Revised Project Plans per Addendum I Attachment C — Typical Cross -Section of the AC PAVEMENT SECTION DETAILS Issued by City of Rosemead Addendum 1, Page 2 of 2 n, ATTACHMENT A - REVISED BID SCHEDULE PER ADDENDUM 1 s � i �T I ..moi 7'R i o M� —JJ �\ .�/ � n-_� .J� !.J^➢�f •�� 302 pW .1 Al �:: �7.i a F • '� oma 14. �e�_.aallbYiP ...... �i�f=�i6.4i��-•— ^a11. _ __ ♦ , 4 I ++4 i ilk • _ K' pi � r illi oa in+Mm $ a { M-10 — LL ffl= g; a 1 _ y -. � • w a ef� • laFt �T ` �• x �6� •. •s. 1.\�. V a ZR' �OW< }W3, .I �$<• .jam �'1J �i_. � t s -... _ � Z"1 � y o � p L >> ww 1•''c y WKj O- W<�~ W�F�Zm j �A.A., w 1 h9 Alm �t� I�I�.y -•ted.' of I. •' iiilii � (( •IY��� V � iii fei _ _ � 3 3 £ 0 2 u S oLLg��. r) p5 aozm _ °� - g"' IML!'z -bw G w aFg U ww < p_ c ywa� w to ssLLw _ � 3_: N PO aaa z: '^' g � 3 ':¢02 oQz a¢o" - iz aE p < O¢ jOw i< w _aw Fw yo 'o o E 'Goa3 Vin 'y FOFFF6 Q y W N m W zo -"Fs9 a t�a - zaQi uFi zAm IV m a¢Sia �6 �z - row a5m R - - p m _w j�W 3; oQ �Q mrz o� z zF N3 zm f H igopi mry 3a4 m3od`� o6°zo 00 0�8 =m� oRO iy�o 83 ��z> ulaymo yWm H oHmS z- o3.'aYo -p� c�-x 3y omo ai �� uoZcz+ OR wo 0 - &waoo yw 3 y� o r� poo 'po a� mo ' jg yi m?o � & w5 a w ap F c., o o sAi p ?� .o`x' mp ow z oa oar voo - 5�aE W - iso =oa o<w <?� wy w wop� -o° yUr« oo' ¢ok w&o8o ywi o: ai apo x o gof xo so$ �z from �o� �� HPal moo s2=n HE o� AE d a ar doa mem d�u� pini .� �m =ug � �sr '?oac_ic e*1 r) ƒ/ ! , � �\� \ ! , WWI Z Ow x O W4 ZNp�z' 0O wt%iOu~la Om WOZot QNUU3 LLm O - m a WF o�Fo _ dKF _ FGi�uo2Fi n n � •; I yy N" / a G x s J �al 'a .mob a 3 3 3 E L 32 4 O O O O E fl 40Py e50 r S i `a... t G m G F vau,y t o 3 O O 0 O �N /0 -*N �■ � �� \ : - ^ § ) )§ t §§§§ � [| SSSSS ® \ g ( - l ;( |S 0 S S � eN - :�.�: ©�ƒ\® a =� » » « r _ ..,_. 2LN j\/ §/( 2/ ;•|!� ]� )§\§( i Ir . |\ :| vow IL )� )i |� (° § \ - . +| . § - ) \ ( � _ , r ^|S S S fo� 0 ,�N • z 0 J F Q Qf w oz iQ �Nv—t V L 0 1 �N' _Q -.... � � \10 � Fu 1 00 zo- . !) }/§;{ (Vl-�} / ) wp u \) G _ » [ § /■ §°||Ud ::; .-- .. .. ,..� yy , \ OA |�| SSSS . 1rti vfr:ye 1) •1 L_424 9T Whitmore St 14 1� aur 12' ZT EE E � l) Vol, .i Cordata St VT �.. ii 12'14• :tT `. T 18' 13' � O N " > ;le /�N, �F iESI it iB 'F.N F3 F�aFt £a- 6ofa zls�3�i3`o3 z€ _ G jtl3a o° °b3G F d�ts ec G) 0 � - z e (D (D (D0 n w ATTACHMENT C - AC PAVEMENT SECTION DETAILS .... _...... _...... __.... z 0 a _J � Fm J a a x w w LL M p w -U :2 E-- w _m a co a X zw o w a w w W w M.O ''a _ W Q N 0 a � U o Q a Li w Q7~ Z ¢ N Z F N / a Z �W�si I Z w .Pim V>S6\ pF ~ � Z z U j I > � _ �i� N� (L Q w �z< C) °Q� > l Q a — F- W o zU3 W m Z o ' al I -U w < e W M2rn wI 2U W10o U �< w� o W aW Q Q o 2" ARHfA WEARING COURSE ILS' �/ w o z Ja > 2" AC, TYPE B -PG 64-10 COURSE /\ a p LEVELING Q Q O w N \ a Q I� 'M'O'a W All American Asphalt EXHIBIT B INSURANCE REQUIREMENTS n Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this Contract and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage, and a $2,000,000 completed operations aggregate. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Automobile liability insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. Workers' compensation insurance. Contractor shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least $1,000,000) for Contractor 's employees in accordance with the laws of the State of California, Section 3700 of the Labor Code In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor's employees. Excess or Umbrella Liability Insurance. (Over Primary) Contractor shall obtain and maintain an umbrella or excess liability insurance policy thatwill provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: Contractor shall obtain and maintain an umbrella or excess liability insurance policy that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: n All American Asphalt n • A drop down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectable in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Builder's risk insurance. Upon commencement of construction and with approval of Agency, Contractor shall obtain and maintain builder's risk insurance for the entire duration of the Project until only the Agency has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below. The named insureds shall be Contractor and Agency, including its officers, officials, employees, and agents. All Subcontractors (excluding those solely responsible for design Work) of any tier and suppliers shall be included as additional insureds as their interests may appear. Contractor shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to Agency. The policy shall contain a provision that all proceeds from the builder's risk policy shall be made payable to the Agency. The Agency will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, Nonconforming Work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) Ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the Site or any staging area. Such insurance shall be on a form acceptable to Agency to ensure adequacy of terms and sublimits and shall be submitted to the Agency prior to commencement of construction. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A. M. Bests rating of A- orbetter and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party General liability policies shall provide or be endorsed to provide that Agency and its officers, officials, employees, agents, and volunteers shall be additional insurer under such policies 59 All American Asphalt r) using standard ISO endorsement No. CG 2010.. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Contract shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other Contract relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverage required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over' claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverage required and an additional insured endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Contract. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other Contract and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. fry All American Asphalt n 9. It is acknowledged by the parties of this Contract that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all Contracts with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this Contract to self -insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Contract will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Contract. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15.Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this Contract. This obligation applies whether or not the Contract is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered r All American Asphalt W shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverage. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this Contract. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this Contract and are intended by the parties here to be interpreted as such. 20.The requirements in this Section supersede all other sections and provisions of this Contract to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this Contract. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this Contract. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Bond No. 7670227 Premium: $13,123.00 Premium is for conbad term and is subject to adjustment based on final contract price Executed in: 4 Counterparts PERFORMANCE BOND WHEREAS the CITY OF ROSEMEAD (also herein "Obligee") has awarded to All American Asphalt (hereinafter "Contractor"), a contract for work consisting of but not limited to, furnishing all labor, materials, tools, equipment, services, and incidentals for the ARTERIAL STREET PAVEMENT REHABILITATION and all other required structures and facilities within the rights-of-way, easements and permits; WHEREAS, the Work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated April 25 2023 (hereinafter the "Public Work Contract"); and WHEREAS, the Contractor is required by said Public Work Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof, NOW, THEREFORE, we All AnwicanAsphalt , the undersigned Contractor, as Principal, and Fdellty and Deposit Company of MWand a corporation organized and existing under the laws of the State of Illinois and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the CITY OF ROSEMEAD in the sum of Three Millon Three Hundred Twenty -Two Thousand Two Hundtad Twee Twe a�rx M/tnn dollars, ($ 3322,222.00 ), said sum being not less than 100% of the total amount payable by the said Obligee under the terms of the said Public Work Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION 1S SUCH, that if the Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Public Work Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to theirintent and meaning; and shall faithfully fulfill the one-year guarantee of all materials and workmanship; and indemnify and save harmless the Obligee, its officers and agents, as stipulated in the said Public Work Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. In the event legal action is required to enforce the provisions of this agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements, and other damages. In case legal action is required to enforce the provisions of this bond, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements and other consequential damages. The said Surety, for value received, hereby stipulates and agrees that no change, extensions of time, alteration or addition to the terms of the Public Work Contract or to the Work to be performed thereunder, or the specifications accompanying the same shall in any way affect its PERFORMANCE BOND - I 0 0 obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to Specifications. IN WITNESS WHEREOF, we have hereto set our hands and seals this 3rd day on May 2023 . — All American Asphalt Principal/Contractor- By President j_ t t e✓ Fidelity and Deposit Company of Maryland _ Surety By: t2a_L+evs�o tee_ Attomey-in-Fact The rate of premium on this bond is A3.96 per thousand. The total amount of premium charged, $13,123.00 (The above must be filled in by corporate surety.) PERFORMANCE BOND -2 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 thili certificate is attached. and not the mrthfidnescaccumev. or validity of that document. State of California County of Riverside On Mav 4, 2023 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Mark Luer Namal;yyf Signer{e} who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/ehekhey executed the same in his/heNtheir authorized capacity(ies), and that by his/her#he'Ir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. KENONA NAZARI rg Notary Public •California I certify under PENALTY OF PERJURY under the laws of the State of Riverside County California that the forgoing paragraph is true and correct. Commission f 2318601 My Comm, Expires Jan 10, 2024 WITNESS my h d a d official seal. Signatur ' Place Notary Seal Above Signature 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 Performance Bond — City of Rosemead Contract Document Date: May 3, 2023 Number of Pages: 6 Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact Capacity(") Claimed by Signers) Signers Name: Mark Luer Signers Name: ❑ Individual ❑ Individual X Corporate Officer—Title(s): President ❑ Corporate Officer — Ti ❑ Partner o ❑ Limited ❑ General ❑ Partner ❑ ❑ Limited ❑ ❑ Attorney in Fad M&WRYM ❑ Attorney in Fad ❑ Trustee Top of thumb here ❑ Trustee ❑ Other: ❑ Other: �__/ Signer is Representing: Signer is Representing: Top of thumb here r) "PLEASE SEE ATTACHED" STATE OF CALIFORNIA M, COUNTY OF n On this _ day of , in the year , before me, , a NotaryPublic in and for said state, personally appeared known tome (or proved to be on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attomey-in-Fact of the to me that he subscribed the name of the thereto and his own name as Attorney -in -Fact. (SEAL) My Commission expires (surety) and acknowledged (suety) Notary Public in and for said State PERFORMANCE BOND - 3 n n CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as principal to the within bond; that who signed the said bond on behalf of the principal was then of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing Board. (Corporate Seal) Signature Date NOTE: A copy of the power of attorney to local representatives of the bonding company may be attached hereto. PERFORMANCE BOND -4 e_1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE S 11An A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 05/03/2023 before me, Alma Karen Hernandez, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates NameKof Signerl's} who proved to me on the basis of satisfactory evidence to be the persona) whose names} is/we subscribed to the within instrument and acknowledged to me that Wshe/they executed the same in his/her/their authorized capacity, and that by his/her/their signaturej4on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. ALMA KAREN HERNANDEZ Notary Public - Caiifarnia Orange County Commission M 2790908 My Comm. Expires Jan 1962026 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public 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: Performance Bond No. 7670227 Document Date: 05/03/2023 Number of Pages: Four(4) Signers) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual IWAttomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: STner'a Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: • -- ., a .. • : r a :. ,.e :moi a�� - (0'1 n EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint 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 attomey-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 IOth 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 3rd day of May, 2023 . ..� ... ;.......... =� xS/OP RPS. 9i je �PPORP`q: j OP M " By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: reportsfc laimsAzurichna. com Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 �.% V PRF7670227 Bond Number City of Rosemead 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 appointRebecca Haas -Bates, its true and lawful agent and Attomey-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 3rd day of May, A.D. 2023. SFALm ��,•_ f ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray By: Dawn E. Brown Vice President Secretary State of Maryland County of Baltimore On this 3rd day of May, A.D. 2023 , 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 sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. GEN0001I Ed.(12/22) Iva Bethea, Notary Public My Commission Expires: September 30, 2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 n Bond No. 7670227 Premum Is included in the performance bond Executed in: 4 Counterparts PAYMENT (MATERIAL & LABOR) BOND WHEREAS the CITY OF ROSEMEAD (hereinafter "Obligee") has awarded to ANAmerimAyhalt (hereinafter "Contractor"), a contract for work consisting of but not limited to, furnishing all labor, materials, tools, equipment, services, and incidentals for the ARTERIAL STREET PAVEMENT REHABILITATION and all other required structures and facilities within the rights-of-way, easements and permits; WHEREAS, the Work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated April 25, 2023 (hereinafter the "Public Work Contract"); and WHEREAS, said Contractor is required to furnish a bond in connection with said Public Work Contract providing that ifsaid Contractor orany ofhis or its subcontractors shall fail to pay for any materials, provisions, or other supplies, or terns used in, upon, for or about the performance of the Work contracted to be done, or for any work or labor done thereon of any kind, or for amounts due under the provisions of 3248 of the California Civil Code, with respect to such work or labor, that the Surety on this bond will pay the sante together with a reasonable attorney's fee in case suit is brought on the bond. NOW, THEREFORE, we AIIAmericanAsphalt , the undersigned Contractor, as Principal and Fidelity and Deposit Company of Moand a corporation organized and existing under the laws of the State of Illinois and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the CITY OF ROSEMEAD and to any and all material men, persons, companies or corporations furnishing materials, provisions, and other supplies used in, upon, for or about the performance of the said Public Work, and all persons, companies or corporations renting or hiring teams, or implements or machinery, for or contributing to said Public Work to be done, and all persons performing work or labor upon the same and all persons supplying both work and materials as aforesaid excepting the said Contractor, the sum of Three Million Three Hundred Twenty-Twn Thousand* dollars, (S 3,322,222.00 ), said sum being not less than 100% of the total amount payable by said Obligee under the terms of the said Public Work Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns jointly and severally, firmly by these presents. 'Two Hundred Twenty -Two and 00/100 THE CONDITION OF THIS OBLIGATION IS SUCH that if the Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies or machinery used in, upon, for or about the performance of the Work contracted to be done, or for work or labor thereon of any kind, or fail to pay any of the persons named in California Civil Code Section 3181, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and his subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, and all other applicable laws of PAYMENT BOND - 1 9 0 the State of California and rules and regulations of its agencies, then said Surety will pay the same in or to an amount not exceeding the sum specified herein. In case legal action is required to enforce the provisions of this bond, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements and other consequential damages. In addition to the provisions hereinabove, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to make claims under Sections 3110, 3111, 3112 and 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Public Work Contract or to the Work to be performed thereunder or the specification accompanying the same shall iii anyway affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. IN WITNESS WHEREOF, we have hereto set our hands and seals this. 3rd day on May , 20 23 . All American AMUR Principal/Contractor By: _ President Hark ,ems FKWKY and Deposit Company of Maryland -- - Surety By: 'leeJo",C,e-eve.-i Attomey-in-Fact e e aas-Bates PAYMENT BOND - 2 W "PLEASE SEE ATTACHED" STATE OF CALIFORNIA COUNTY OF ) ss. W Onthis_dayof ,in the year ,before me, a Notary Public in and for said state, personally appeared , known to me (orproved to be on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney -in -Fact of the (surety) and acknowledged to me that he subscribed the name of the (surety) thereto and his own name as Attomey-in-Fact. (SEAL) My Commission Expires Notary Public in and for said State PAYMENT BOND - 3 f"1 r) CERTIFICATE AS TO CORPORATE PRINCIPAL 1, , certify that I am the Secretary of the corporation named as principal in the attached bond, that who signed the said bond on behalf of the principal was then of said corporation; that i know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing Board. (Corporate Seal) Signature Date NOTE: A copy of the power of attorney to local representatives of the bonding company may be attached hereto. PAYMENTBOND-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California ) County of Orange ) On 05/03/2023 before me, Alma Karen Hernandez, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates NameKof SignerN who proved to me on the basis of satisfactory evidence to be the person(s) whose names} istme subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity, and that by his/her/their signatureD on the instrument the person(. * or the entity upon behalf of which the persons) acted, executed the instrument. 0�. ALMA KAREN HERNANDEZ Notary Public - California - Orange County Commission k 2390908 -•�� My Comm. Expires Jan 16, 2026 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public 47 '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. 7670227 Document Date: 05/03/2023 Number of Pages: Four(4) Signers) Other Than Named Above: All American Asphalt Capactty(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual WAttomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: n EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-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 1, 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 3rd day of May, 2023. w: ;...., ... "i SEAL !^= _ SEAL i61 SEAL \'nn i NVY �'xvoN.na. 9 P 4, By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: reporisfclaims(uzurichna coni Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 PRF7670227 Bond Number City of Rosemead 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 appointRebecca Haas -Bates, 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 3rd day of May, A.D. 2023. . _ OPFOni'q YcY/�40A\oco .ti mit: .O Nm�a? _ Ia '- SEAL _''-SEAL ";e=v{SEAL ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray By: Dawn E. Brown Vice President Secretary State of Maryland County of Baltimore On this 3rd day of May, A.D. 2023 , 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. Y�PBfTi`�s,, ,OTAPI� Ye -,5 Z-n �pF GENOOOI l Ed.(I2/22) Iva Bethea, Notary Public My Commission Expires: September 30, 2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 0 ROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BEN KIM, CITY MANAGER DATE: APRIL 25, 2023 SUBJECT: CITYWIDE ARTERIAL STREET IMPROVEMENTS - PROJECT NO. 43010 — AWARD OF CONSTRUCTION CONTRACT As part of the City's Fiscal Year 2022-2023 Capital Improvement Program, the City Council approved the Citywide Arterial Street Improvements Project (Project). The Project consists of • asphalt concrete cold mill and overlay, localized full depth asphalt concrete replacement (pothole repairs), traffic loop restoration, and installation of striping and pavement markers at various citywide locations. On April 18, 2023, the City received four (4) sealed bids. Based on staff's comprehensive bid analysis, the bid submitted by All American Asphalt in the amount of $3,322,222, is determined to be the lowest responsive bid. DISCUSSION On March 23, 2023, staff published a Notice Inviting Bids. Bids were received through the City's Planetbids portal until 10:30 a.m. on Thursday, April 18, 2023. The City received four (4) bids with the following results: Contractor from low to high amount Location Bid Amount All American Asphalt Corona, CA $3,322,222 Onyx Paving Company, Inc. Anaheim, CA $3,413,000 Sully Miller Contracting Company Brea, CA $3,704,576 Hardy & Harper, Inc. Lake Forest, CA $4,040,000 Staff conducted a bid analysis for the apparent low bid submitted by All American Asphalt and verified their CA contractor's licensing, Department of Industrial Relations (DIR) registration, state and federal debarment files, and references. The bid submitted by All American Asphalt in the amount of $3,322,222 is determined to be the lowest responsive bid. • STAFF RECOMMENDATION It is recommended that the City Council: AGENDA ITEM 5.E 0 City Council Meeting April 25, 2023 Page 2 of 3 • Authorize the City Manager to execute a construction contract with All American Asphalt in the amount of $3,322,222. In addition, authorize an amount of $332,222 (10%) as a contingency to cover the cost of unforeseen construction expenses, for a total construction budget of $3,654,444. FINANCIAL IMPACT The Project is included in the Fiscal Year 2022-23 CIP budget and consists of $1,143,000 in RMRA Funds, $1,861,000 Prop C Funds, $1,470,000 Measure R Funds, and $2,419,000 in Measure M Funds, for a combined total approved budget of $6,893,000. The following is the breakdown of the construction phase budget: Construction Contract $3,322,222 Construction Contingency (10%) $332,222 Total Construction Budget $3,654,444 ENVIRONMENTAL REVIEW The proposed work involves the rehabilitation of an existing public facility; therefore, the project is Class 1 Categorically Exempt pursuant to the California Environmental Quality Act (CEQA). • STRATEGIC PLAN IMPACT The project is consistent with the City of Rosemead's Strategic Plan Goal C - Infrastructure and Facilities, which is to enhance streets, sidewalks, and public infrastructure; coordinate with relevant utility agencies regarding safety and enhancements; and modernize facilities by expanding the use of wireless network technology and renewable energy. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared by: Ed to Chan, P.E., T.E. City Engineer Submitted by: Michael Chung, P.E. Director of Public Works n r"1 City Council Meeting / April 25, 2023 ( 7 Page 3 of 3 Attachment A: All American Asphalt Bid Proposal Attachment B: Project Bid Package Attachment C: Construction Contract Agreement with All American Asphalt Attachment A All American Asphalt Bid Proposal 40 LI CERTIFICATE OF LIABILITY INSURANCE DATE IYVYYI 7/22/2/22/2 024 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. H 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 Edgewood Partners Insurance Center P.O. Box 5003 San Ramon, CA 94583 CONTE:ACT NAMCertificates Department PHONE 559-451-3200 FAX No: 925-901-0671 E-MAIL ADDRESS: EPICcerts a icbrokers.cem INSURERS AFFORDINGCOVERAGE NAICe Maleah Cantrell INSURER A: Arch Specialty Insurance Company 21199 www.epicbrokers.com CA LICENSE#OB29370 INSURED INSURER B: Zurich American Insurance Company 16535 INSURER C: Great American Insurance Company 16691 All American Asphalt P.O. Box 2229 MED E (P (Anyone person) $ Corona CA 92878 NSURERD: GENERALAGGREGATE $2.000,000 PRODUCTS-COMPIOPAGG $2000000 INSURER E: INSURER F. AUTOMOBILELIABIUTY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON-OWMED AUTOS ONLY AUTOS ONLY rnvcRAGEQ CCRncicATE NUMBER: 81084700 REVISION NUMBER: V 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. MSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER EFFMUCY fAMAJDYM'YY EXP MIDD LIMITS A POMMERCIAL GENERAL LIABILITY CLAIMSMADE OCCUR Maleah Cantrell DPC100585608 6/1/2024 8/1/2025 EACH OCCURRENCE $1000000 DAMAGE TO PREMISES Ea nocur RENTED $100000 MED E (P (Anyone person) $ PERSONAL B AOV INJURY $1000000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ZPEO MLOC OTHER: GENERALAGGREGATE $2.000,000 PRODUCTS-COMPIOPAGG $2000000 8 B AUTOMOBILELIABIUTY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON-OWMED AUTOS ONLY AUTOS ONLY BAP557108812 6/1/2024 8/1/2025 COMBINED SINGLE LIMIT $2000000 Ea a«;dent BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident CMBRELLA 4OED U UAB EXCESS LIAS J OCCUR CLAIMS -MADE TUE347483604 8/1/2024 8/1/2025 EACH OCCURRENCE $5000000 AGGREGATE $5,000000 RETENTION $10,000 Following -Form $ B INORMERSCOMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR(PARTNEBIEXECUTIVE YIN OFFICERrMEMBEREXCLUDED? �N (Mandatory in NH) If yes descnhe under DESCRIPTION OF OPERATIONS below NIA WC693205711 8/1/2024 8/1/2025 V SEATUTE PERH E. L. EACH ACCIDENT $110001000 E . DISEASE EA EMPLOYEE $1 000000 EL DISEASE POLICY LIMIT $1000000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may he attached it mon space is required) Project #43010 / RE: Citywide Arterial Street Improvements / Certificate Holder is Additional Insured if Required by Written Contract Excluding Workers Compensation CERTIFICATE HOLDER CANCFL I ATION ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 81081700 1 24 [011 Standard .11h $5r XS I Sie— r—d-1h 7/22/2021 1:09:29 PM (PDT) I Page 1 of I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Rosemead THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 8838 E. Valley Boulevard ACCORDANCE WITH THE POLICY PROVISIONS. Rosemead CA 91770 AUTHORIZED REPRESENTATIVE Maleah Cantrell ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 81081700 1 24 [011 Standard .11h $5r XS I Sie— r—d-1h 7/22/2021 1:09:29 PM (PDT) I Page 1 of I Ed jewood Partners Insurance Center P.O. Box 5003 San Ramon, CA 94583 City of Rosemead 8838 E. Valley Boulevard Rosemead CA 91770 MAIL DOCUMENT Certificate of Insurance DOCUMENT ecertsonlineTM $gull ril Siera Landreth Phone: 559-369-8973 '. $object;. Carl No. 81084700 -AII American Asphalt - - Certificate - Renewal COI OW: 7/22/2024 No. of Pars; 12 . www.epicbrokers.com This document has been brought to you by ecertsonline on behalf of Edgewood Partners Insurance Center. For new certificate requests, changes to an existing certificate, or if you have any other questions, glease forward the current certificate Issued with requested changes via E -Mail: PICcerts@epicbrokers.com or Facsimile: (925) 901-0671 PLEASE NOTE: Requests must be submitted or approved by the Named Insured. FREQUENTLY ASKED QUESTIONS: Q: What is a Certificate of Insurance? A: A written document verifying insurance coverage of the Named Insured listed in the top left corner. Q: Why am I receiving this? A: The Named Insured listed in the top left corner is performing or has performed operations for you where they have been required to show you evidence of their insurance. Q: What is this costing me? A: Certificates are issued as a service to our Named Insured. We will not be sending you an invoice for having received this document. THIS MESSAGE IS INTENDED FOR THE USE OF THE INDIVIDUAL OR ENTITY TO WHICH IT IS ADDRESSED AND MAY CONTAIN INFORMATION THAT IS PRIVILEGED. CONFIDENTIAL AND EXEMPT FROM DISCLOSURE UNDER APPLICABLE IAW. IF THE READER OF THE MESSAGE IS NOT THE INTENDED RECIPIENT, OR THE EMPLOYEE OR AGENT RESPONSIBLE FOR DELNERING THE MESSAGE TO THE INTENDED RECIPIENT, YOU ME HEREBY NOTIFIED THAT ANY DISSEMINATION, DISTRIBUTION OR COPYING OF THIS COMMUNICATION IS STRICTLY PROHIBITED. IF YOU HAVE RECEIVED THIS COMMUNICATION IN ERROR, PLEASE NOTIFY US IMEDIATELY BYTELEPHONE, AND RETURN THE ORIGINAL MESSAGE TO US AT THE ABOVEADDRESS VIA REGULAR POSTAL SERVICE Certificate of Insurance Delivered by ecertsonlineTM Insurance Visions, Inc. All rights reserved. E JPjj tC PO Box 5003 San Ramon, CA 94583 Phone: 925.244.7700 Fax: 925.901-0244 Email: EPICcerts@epicbrokers.com City of Rosemead 8838 E. Valley Boulevard Rosemead CA 91770 To: Whom it may concern Regarding: Notice of Cancellation Date Issued: 7/22/2024 Named Insured(5): All American Asphalt Polity Number(s): DPCIO0585608 BAP557108812 WC593205711 TUE347483604 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, 4--, Maleah Cantrell epicbrokers.com edgewood partners insurance center ca license OB29370 810847CO 124 e11 standard with $5= xs I slera Landreth 7/22/2024 1:09:29 en (PDT) I Page 2 of 1[ COMMERCIAL GENERAL LIABILITY CG 20 10 0413 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 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 CG 20 10 04 13 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 which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in © Insurance Services Office, Inc., 2012 Page 1 of 2 61084100 1 24 1017 Standard —1h 55rt %5 I Siera Landreth 1 7,22/2024 1:09:29 em (1o1) I aage 3 of 1: 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: DPC100585608 Named Insured: All American Asphalt Endorsement Effective Date: 08/0112024 Project #43010 /RE: Citywide Arterial Street Improvements/ CG 20 10 04 13 SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2012 Page 2 of 2 810847CO 1 24 [01] Standard vitt, 55mm %5 I Siera Landreth IY22/2024 1:0929 PM (POT) I Paae 4 of 1= 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 810847CO 1 24 f011 Standard with 55rm SS 15iera Landreth 1 2,22!2024 1:99:29 PM (PLTI I Paae 5 of 1: All other terms and conditions of this Policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC100585608 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2024 REFERENCE: Project #43010 / RE: Citywide Arterial Street Improvements / CG 20 37 04 13 SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2012 Page 2 of 2 91084700 1 24 j011 Standard vi V, Stun XS I Siera Landratt 17/22/2024 1:09:29 PM (PDT) I Page 6 of 1'. 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 #43010 IRE: Citywide Arterial Street Improvements / 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 Rosemead, and its officers, officials, employees, agents and of 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: DPCIO0585608 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2024 CG 20 0104 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 81084700 1 24 011 Standard with 55nm %5 I Sarre Landreth 7/222024 1:09;29 PM (PPTI I Page 7 of 1_ COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization where the waiver of our right to recover is permitted by law and is required by written contract or agreement, provided the contract or agreement is executed prior to any occurrence or offense Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer 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: DPC100585608 Named Insured:All American Asphalt Endorsement Effective Date: 08/01/2024 17�y�:7q�[Nctl Project #430101 RE: Citywide Arterial Street Improvements / CG 24 04 05 09 SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2008 Page 1 of 1 010047CO 1 24 [Oil Standard with $5vo XS I Siere Landreth 7/22/2024 1:09:29 PM (POT) I Page 8 Of 1: POLICY NUMBER: BAP557108812 7122/2024 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: 08/01/2024 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. to Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured under the Who Is An Insured provision contained in Paragraph A.1. of Section 11 — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section 1 — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers C Insurance Services Office, Inc., 2011 61064700 1 24 [01] Standard with $5r XS i sieve Landreth 1,22v2024 1:09:29 en (PDT) i Paye 9 df 1L Page 1 of 1 r�rrarz�rzt POLICY NUMBER: BAP557108812 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 Amencan Asphalt Endorsement Effective Date: 08,01/2024 SCHEDULE Name(s) Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organizations) 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 will be shown in the SCHEDULE: Cit of Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2011 81094700 1 24 [01) Standard viU S5, %S I Sieca Landreth x,22,2024 1:09:29 PM (POT) I Page 10 of :1 Page 1 of 1 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 464) 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. 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 443010 /RE: Citywide Arterial Street Improvements City of Rosemead, and its officers, officials, employees. / agents and volunteers Policy Number: WC593205711 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2024 WC 252 (4E4) WC 04 03 06 (Ed. 4-84) Page i of 1 810817CO 124 [Oil 9[anda[d w ITi $5, %5 I Sie[a Landreth ',22/X29 1:09:29 PM (PDT) I Page 11 0. _. ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE IMM/DD/YYYY) TYPE OF INSURANCE 7/19/2023 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 Edjewood Partners Insurance Center P.O. Box 5003 CONTACT NANIE, Certificates Department PHONE FAX 559-451-3200 ac No: 925-901-0671 San Ramon, CA 94583 E-MAIL ADDRESS: EPICcerts a icbrokers.com INSURERS AFFORDING COVERAGE NAIL# PREMISES E, occurrence $100,000 INSURERA: Arch Specialty Insurance Company 21199 www.epicbrokers.com CA LICENSE *OB29370 INSURED All American Asphalt P.O. Box 2229 INSURER B: Zurich American Insurance Company 16535 INSURER c: Great American Insurance Company 16691 INSURER D: Corona CA 92878 INSURER E AUTOMOBILEUABIUTY ✓ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED ✓ AUTOS ONLY ✓ AUTOS ONLY INSURER F: COVERAGES CERTIFICATE NUMBER' 79174d11 RFVI.SION NIIMRFR- 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 TYPE OF INSURANCE ADDLSUBR 8838 E. Valley Boulevard POLICYNUMBER MMUDD� POLICY LIMITS COMMERCIAL GENERAL LI ABILITY CLAIMS -MADE 7OCCUR Maleah Cantrell DPCIO0585607 8/1/2023 6/1/2024 EACH OCCURRENCE $1.000,000 PREMISES E, occurrence $100,000 MED EXP (Any one person) s PERSONAL B ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER POLICY[Z] PRI F—] LOC OTHER. GENERALAGGREGATE 52,000,000 PRODUCTS - COMP/OP AGG $2,000,000 $ B AUTOMOBILEUABIUTY ✓ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED ✓ AUTOS ONLY ✓ AUTOS ONLY BAP557108811 8/1/2023 8/1/2024 CEOMaBIN DtSINGLE LIMIT $2000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per awdenp $ PROPERTY DAMAGE $ Per a¢ident $ C ✓ UMBRELLALIAB EXCESS UAB ,/ OCCUR CLAIMS -MADE TUE347483603 8/1/2023 6/1/2024 EACH OCCURRENCE $5000000 AGGREGATE $5000000 DED ✓ I RETENTION$ 10,000 Following -Form $ B WORKERS COMPENSATION EMPLOYERVUABIUTY ANYPROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBEREXCWDED? FN (Mandatory in NH) Use describe under DESCRIPTION OF OPERATIONS below NIA WC593205710 8/1/2023 8/1/2024 ,/ STATUTE 'ER' E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1 ,000,000 E.L. DISEASE- POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORD 101, AddHlonal Remarks Schetlule, may be smiched a more apace is required) Project #43010 / RE: Citywide Arterial Street Improvements / Certificate Holder is Additional Insured if Required by Written Contract Excluding Workers Compensation ncc r:ANr EI 1 ATInM QP 1966-2015 AGUKU GUKHUKA I IUN. All rlgnTs reservea. ACORD 26 (2016/03) The ACORD name and logo are registered marks of ACORD 75371433 123 [01] Standard with $5= XS I Siena Landreth 17/13/2023 12:20:56 PM (PST) I Page 1 of 11 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cilty of Rosemead THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 8838 E. Valley Boulevard ACCORDANCE WITH THE POLICY PROVISIONS. Rosemead CA 91770 AUTHORIZEDREPRESENTATNE Maleah Cantrell QP 1966-2015 AGUKU GUKHUKA I IUN. All rlgnTs reservea. ACORD 26 (2016/03) The ACORD name and logo are registered marks of ACORD 75371433 123 [01] Standard with $5= XS I Siena Landreth 17/13/2023 12:20:56 PM (PST) I Page 1 of 11 LE TPTi_IC l PO Box 5003 San Ramon, CA 94583 Phone: 925.244.7700 Fax: 925.901-0244 Email: EPICcerts@epicbrokers.com CERTIFICATE HOLDER: City of Rosemead 8838 E. Valley Boulevard Rosemead CA 91770 Ll To: Whom it may concern Regarding: Notice of Cancellation Date Issued: 7/19/2023 Named Insured(s): All American Asphalt Policy Number(s): DPCIO0585607 BAP557108811 WC593205710 TUE347483603 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, a_�' Maleah Cantrell epicbrokers.com edgewood partners insurance center 75371633 1 23 [01] Standard with $5. XS I Sieza Landmeth 1 7/19/2023 12:20:56 PM (PST) I Page 2 of 11 ca license 0829370 ig 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 �14i:I=1rPlw=1 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 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 CG 20 10 04 13 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 which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in C Insurance Services Office, Inc., 2012 Page 1 of 2 75371433 123 (01] Standard with $San %S I Siara Landteth 1 7/19/2023 12:24:56 PM (PST) I Page 3 of 11 WE 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: n 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: DPC100585607 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2023 REFERENCE: Project #43010 /RE: Citywide Arterial Street Improvements / CG 20 10 04 13 SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2012 Page 2 of 2 75371433 123 (01) Standard with $5M %S I Siera Landreth 1 7/19/2023 12:20:56 PM (PST) I Page 4 of 11 PC COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization where the Named Insured All locations where required by contract. has agreed to add as an additional insured by written contract or agreement, provided the contract or agreement is executed prior to any "occurrence" or offense Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is 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 75371433 123 [01] Standard with $S= %S I Sidra Landreth 17/19/2023 12:20:56 PM (PST) 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: DPC100585607 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2023 REFERENCE: Project #43010 /RE: Citywide Arterial Street Improvements/ CG 20 37 04 13 SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2012 Page 2 of 2 75371433 123 [01] Standard with $5M %5 I Sieza Landreth 17/19/2023 12:20:56 PK (PST) I Page 6 of 11 r) COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance 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 #43010 / RE: Citywide Arterial Street Improvements / 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 Rosemead, and its officers, officials, employees, agents and volunteers 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: DPC100585607 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2023 CG 20 01 04 13 C Insurance Services Office, Inc., 2012 Page 1 of 1 75371433 123 [oil Standard with $5= %S I Sieza Landreth i 7/19/2023 12:20:56 PM (PST) 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: DPC100585607 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2023 REFERENCE: Project #43010 / RE: Citywide Arterial Street Improvements / CG 24 04 05 09 SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2008 Page 1 of 1 75371433 123 [O1] Standard with $5. XS i Plata Landreth 1 7/19/2023 12:20:56 PM (PST) I Page 8 of 11 W POLICY NUMBER: BAP557108811 7/19/2023 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: 08/01/2023 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. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insuretl' under the Who Is An Insured provision contained in Paragraph A.1. of Section 11 — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers m Insurance Services Office, Inc., 2011 75371433 123 101: Standard with $5M XS I Sieza Landreth 17/19/2023 12:20:56 PM (PST) I Page 9 of 11 Page 1 of 1 fi r) 7/19/2023 POLICY NUMBER: BAP557108811 COMMERCIAL AUTO CA 04 4410 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: AI American Asphalt Endorsement Effective Date: 08/01/2023 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 Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2011 75371433 123 [01] Standard with $5= XS i Sieza Landreth 1 7/19/2023 12:20:56 PM (PST) I Page 10 of 11 Page 1 of 1 WORKERS' COMPENSATION AND c PLOYERS' LIABILITY INSURANCE POLICi WC 04 03 06 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 443010 / RE: Citywide Arterial Street Improvements City of Rosemead, and its officers, officials, employees, / agents and volunteers Policy Number: WC593205710 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2023 WC 252(4-84) WC 04 03 06 (Ed. 4$4) Page t or t 75371433 123 [01] Standard with $S= XS I Siera Landreth 1 7/19/3023 12:20:56 PM (PSTI I Page 11 of 11 owi AC6RO® CERTIFICATE OF LIABILITY INSURANCE 111.� DATE(MMIDD/YYYY) 1 ADDL 5/3/2023 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(les) 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 Ed9gewood Partners Insurance Center Ro. BOX 5003 CONTACT NAME: Certificates Department PHONE FA% 55951-3200 Arc No: 925-901-0671 E-MAIL ADDRESS: EPICcerts a icbrokem.com San Ramon, CA 94583 INSURERS AFFORDING COVERAGE NAIL# PERSONAL &ADV INJURY $1,000,000 INSURER A: Arch Specialty Insurance Company 21199 walw.epicbrokers.com CA LICENSE #01329370 INSURED All American Asphalt P.O. Box 2229 INSURER B: Zurich American Insurance Company 16535 INSURER C: Great American Insurance Company 16691 INSURER D: Corona CA 92878 INSURER E: INSURER F: 8/1/2022 COVERAGES CERTIFICATE NUMBER: 74198176 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INBR' rypE OFINSURANCE LTR' ADDL SUBR� POLICY NUMBER NUIND EFF M°MDDJYY C LIMITS A ✓ COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR AUTHORIZED REPRESENTATIVE DPC100585606 8/1/2022 18/1/2023 EACH OCCURRENCE $1000000 PREMISES Eaacwmence $100,000 MED EXP (Any one person) $ PERSONAL &ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:', POLICY JECT LOC OTHER: GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 $ B AUTOMOBILE ✓ ✓ LIABILITY ANY AUTO OWNED F7 SCHEDULED AUTOS ONLY AUTOS HIRED AUTOS ONLY ✓ AUTOS ONLY(Per iBAP557108810 8/1/2022 8/1/2023OMBI ED SINGLE LIMITEa $2000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ FSROPERTY accidenDAMAGE $ $ C ✓ UMBRELLA LAB EXCESS LAB ✓ OCCUR Cl-AIMS-MADE1 I TUE347483602 8/1/2022 8/1/2023 1 EACH OCCURRENCE $$000000 AGGREGATE $5,000,000 DEO ✓ RETENTION $10,000 Following -Form $ B WORKERS COMPENSATION AND EMPLOYERS' LABILITY YIN ANYPROPRIETORIPARTNERIEXECUTIVE OFFICEIUMEMBEREXCLUDEO? N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below I N/A1 WC593205709 8/1/2022 8/1/2023 r/ STATUTE ETH EL EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1 E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORO 101, Additional Remarks Schedule, maybe attached N more space is required) Project #43010 / RE: Citywide Arterial Street Improvements / Certificate Holder is Additional Insured if Required by Written Contract Excluding Workers Compensation CERTIFICATE HOLDER CANCELLATION ©1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 741981761121011 Standard with $5mm XS I Siem Landoth 1513/2023 4,1049 PM (PST) I Page I of 11 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Celty of Rosemead THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 8838 E. Valley Boulevard ACCORDANCE WITH THE POLICY PROVISIONS. Rosemead CA 91770 AUTHORIZED REPRESENTATIVE Maleah Cantrell ©1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 741981761121011 Standard with $5mm XS I Siem Landoth 1513/2023 4,1049 PM (PST) I Page I of 11 JEJPJ I JCJ PO Box 5003 San Ramon, CA 94583 Phone: 925.244.7700 Fax: 925.901-0244 Email: EPICcerts@epicbrokers.com CERTIFICATE HOLDER: City of Rosemead 8838 E. Valley Boulevard Rosemead CA 91770 is To: Whom it may concern Regarding: Notice of Cancellation Date Issued: 5/3/2023 Named Insured(s): All American Asphalt Policy Number(s): DPC100585606 BAP557108810 WC593205709 TUE347483602 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>,2--, Maleah Cantrell epicbrokers.com edgewood partners insurance center ca license OB29370 7419SI96I22 [0 1] StaoJ whh $5= M i Siem Lendmlh I SIM023 410:49 PM (PST) I Patio 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 74198176122 [0 [1 StandaN with S5mm XS I Siem Lan,weth 158/2023 4:10'49 PM (PST) I Page 3 of I I W 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: e) 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: DPC100585606 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2022 REFERENCE: Project #43010 / RE: Citywide Arterial Street Improvements / CG 20 10 04 13 SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2012 Page 2 of 2 74198176 1221011 Standard with i5mm XS I Stem Landreth 15/32023 4.10:49 PM (PST)1 Page 4 of] I COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization where the Named Insured All locations where required by contract. has agreed to add as an additional insured by written contract or agreement, provided the contract or agreement is executed prior to any 'occurrence" or offense Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is 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 )41981]6122101] Swndard with S5mm XS I Siera Landreth 15/3/2023 4.10:49 PM (PST) I Page 5 of I I M Ill 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: DPC100585606 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2022 :11:194:142101:111 Project Project #43010 / RE: Citywide Arterial Street Improvements / CG 20 37 04 13 SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2012 Page 2 of 2 74198176 122 1011 Standard with SSmm XS I Siera Landreth 15/312023 4'.10:49 PM (PST)1 Page 6 of 11 M THIS ENDORSEMENT CHANGES THE POLICY W COMMERCIAL GENERAL LIABILITY CG 20 0104 13 PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (1) The additional insured is a Named Condition and supersedes any provision to the Insured under such other insurance; contrary: and Primary And Noncontributory 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 #43010 / RE: Citywide Arterial Street Improvements / Endorsement Number: (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 Rosemead, and its officers, officials, employees, agents and volunteers 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: DPC100585606 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2022 CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 ]41991]6122[Oil Sl.d d wOh$5mm XS I Siem LU lh 15/3/20234'. 10 49 PM (PST) I P,g 7 o II THIS ENDORSEMENT CHANGES THE POLICY r) COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization where the waiver of our right to recover is permitted by law and is required by written contract or agreement, provided the contract or agreement is executed prior to any occurrence or offense Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer for injury or damage arising out of your ongoing Of Rights Of Recovery Against Others To Us operations or 'your work' done under a contract of Section IV — Conditions: with that person or organization and included in the "products -completed operations We waive any right of recovery we may have hazard". This waiver applies only to the person against the person or organization shown in the or organization shown in the Schedule above. Schedule above because of payments we make All other terms and conditions of this policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC100585606 Named Insured:All American Asphalt Endorsement Effective Date: 08/01/2022 REFERENCE: Project #43010 / RE: Citywide Arterial Street Improvements / CG 24 04 05 09 6if1:11HgAgl City of Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2008 Page 1 of 1 74198196 122 1011 Sttto d with 35mm XS I Si¢a Lun'heth 15/3/2023 4 10A PM (PST) I Page 8 of I I M POLICY NUMBER: BAP557108810 n 5/3/2023 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: 08/01/2022 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. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "Insured' under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph 13.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers ® Insurance Services Office, Inc., 2011 741981961221011 Standard with S5mm XS I Siera Landreth 15/3/20214.10 49 PM (PST) I Page 9 of 11 Page 1 of 1 r) 5/3/2023 POLICY NUMBER: BAP557108810 COMMERCIAL AUTO CA 04 4410 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: 08/01/2022 SCHEDULE Name(s) Of Persons) 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 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 Rosemead, and its officers, officials, employees, agents and volunteers © Insurance Services Office, Inc., 2011 "141981]6122 Id) I Standard with S5mm XS I Siena Landreth 15/3/2023 4:10.49 PM (PST) I Page 10 of I I Page 1 of 1 WORKERS' COMPENSATION 6 EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 484) 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. Person or Organization 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 FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION SCHEDULE: City of Rosemead, and its officers, officials, employees, agents and volunteers Policy Number: WC593205709 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2022 WC 252 (4-84) WC 04 03 06 (Ed. 484) Schedule Job Description ALL CA OPERATIONS 94198196 122 1011 Standard with ESmm XS I Sicm LanWTcth 15/38023 4:10:49 PM (PST) I Page I I or I I REFERENCE: Project #43010 / RE: Citywide Arterial Street Improvements / Page 1 of 1