HomeMy WebLinkAboutID# 15-768 RJ Noble Company FY 2015-2016 Citywide Pavement Rehab Phase 3 & Slurry Seal Phase 2CITY OF ,A�
LAKY LSIN0RE
�� lllil:nA1 LX'CREMI:,-
REPORT TO CITY COUNCIL
TO: HONORABLE MAYOR
AND MEMBERS OF THE CITY COUNCIL
FROM: GRANT M. YATES
CITY MANAGER
DATE: SEPTEMBER 22, 2015
SUBJECT:
Slurry Seal Program Phase 2 Protect No: Z10008
Recommendation
1. Award the Public Works Construction Agreement for the FY 2015 -2016
Citywide Pavement Rehabilitation Program Phase 3 & Slurry Seal
Program Phase 2 to R.J. Noble Company.
2. Approve and authorize the City Manager to execute the Agreement in
the amount of $361,350 to R.J. Noble Company in substantially the
form attached and in such final form as approved by the City Attorney.
3. Authorize the City Manager to execute change orders not to exceed
the 15% contingency amount of $54,202 for adjustment in bid
quantities.
4. Authorize the
Director of Public
Works to
record the Notice of
Completion once
it is determined
the work
is complete and the
improvements
are accepted into the
City's maintained system.
Background
On August 17, 2015, a Notice Inviting Bids was posted for the FY 2015 -2016
Citywide Pavement Rehabilitation Program Phase 3 & Slurry Seal Program
Phase 2. Contractor bids were solicited and received on September 2, 2015, at
2:00 p.m.
In accordance with the City's Pavement Management Plan (PMP), the Pavement
Condition Index (PC]) method was used to assess and calculate pavement
distress. The work to be performed under this contract includes: surface
preparation via localized dig -outs (selective removal and replacement of failed
Construction Contract Award to R.J. Noble Company
FY 15 -16 Citywide Pavement Rehab Program PH 3 & Slurry Seal PH 2
September 22, 2015
Page 2 of 2
asphaltic concrete pavement on a few streets, slurry seal on most street areas),
restriping, and re- installation of pavement legends, limit lines, and crosswalks in
accordance with current standards. A grind and asphalt overlay pavement will be
used on street areas requiring this treatment. Inspection will be performed by in
house staff.
Discussion
Contractor bids were opened publicly on September 2, 2015, at 2:00 p.m. The
City received five (5) bids from qualified contractors. The bid results are
summarized below:
Staff tabulated and verified all bids and determined R.J. Noble Company to be
the lowest responsible bidder. The project is expected to begin construction in
October 2015 with substantial completion in December 2015.
Fiscal Impact
This project is included in the City's adopted FY 2016 -2020 Capital Improvement
Plan and will be financed by T.R.I.P. and Measure A. Sufficient funds are
available to complete the project.
Prepared by: Nicole McCalmont
Sr. Engineering Technician
Approved by Jim Smith, P.E.
Interim Director of Public Works
Approved by Jason Simpson
Director of Administrative Services
Approved by: Grant Yates
City Manager
Attachments: R.J. Noble Company - Agreement for Construction Services
Exhibit A — List of Street Name
Contractor
(Bidder)
Location
Bid
Amount
1.
RJ Noble Company Orange $361,346.80
2.
Hardy & Harper, Inc. Santa Ana $361,688.44
3.
Eagle Engineering & Development
Pomona $397,560.50
4.
All American Asphalt Corona $406,455.00
5.
Copp Contracting, Inc.
Buena Park $426,446.90
Staff tabulated and verified all bids and determined R.J. Noble Company to be
the lowest responsible bidder. The project is expected to begin construction in
October 2015 with substantial completion in December 2015.
Fiscal Impact
This project is included in the City's adopted FY 2016 -2020 Capital Improvement
Plan and will be financed by T.R.I.P. and Measure A. Sufficient funds are
available to complete the project.
Prepared by: Nicole McCalmont
Sr. Engineering Technician
Approved by Jim Smith, P.E.
Interim Director of Public Works
Approved by Jason Simpson
Director of Administrative Services
Approved by: Grant Yates
City Manager
Attachments: R.J. Noble Company - Agreement for Construction Services
Exhibit A — List of Street Name
AGREEMENT FOR PUBLIC WORKS CONSTRUCTION
R.J. Noble Company
FY 2015 -2016 Citywide Pavement Rehabilitation Program Phase 3 &
Slurry Seal Program Phase 2
Project No. Z10008
This Agreement for Public Works Construction ( "Agreement ") is made and entered into as
of September 22, 20155 by and between the City of Lake Elsinore, a municipal corporation ( "City")
and R.J. Noble Company a California corporation ( "Contractor ").
The City and Contractor, in consideration of the mutual promises and covenants set forth
herein, agree as follows-
1 . The Proiect and Project Documents. Contractor agrees to construct the following
public improvements ( "work ") identified as: FY 2015 -2016 Citywide Pavement Rehabilitation
Program Phase 3 & Slurry Seal Program Phase 2 (the "Project ").
The City- approved Specifications and Contract Documents for the construction of the
Project, which are incorporated herein by reference, are identified as: FY 2015 -2016 Citywide
Pavement Rehabilitation Program Phase 3 & Slurry Seal Program Phase 2, dated August 12,
2015.
The Project Documents include this Agreement and all of the following: (1) the Notice
Inviting Bids, Instructions to Bidders, Bid Documents including Bidder's Proposal as submitted by
the Contractor, Contract Documents, General Specifications, Special Provisions, and all
attachments and appendices; (2) everything referenced in such documents, such as
specifications, details, standard plans or drawings and appendices, including all applicable State
and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and
affidavits, and (4) any and all addenda or supplemental agreements clarifying, amending or
extending the work contemplated as may be required to insure completion in an acceptable
manner. All of the provisions of the above - listed documents are made a part of this Agreement
as though fully set forth herein.
2. Compensation.
a. For and in consideration of the payments and agreements to be made and
performed by City, Contractor agrees to construct the Project, including furnishing all materials
and performing all work required for the Project, and to fulfill all other obligations as set forth in
the Bidder's Proposal, such contract price being THREE HUNDRED SIXTY ONE THOUSAND
THREE HUNDRED FIFTY DOLLARS ($361,350).
b. City hereby promises and agrees to employ, and does hereby employ,
Contractor to provide the materials, do the work, and fulfill the obligations according to the terms
and conditions herein contained and referred to, for the prices set forth, and hereby contracts to
pay the same at the time, in the manner, and upon the conditions set forth in the Project
Documents.
C. Contractor agrees to receive and accept the prices
set forth in the Bidder's
Proposal as full compensation for furnishing
all materials, performing all
work,
and fulfilling all
obligations hereunder. Such compensation
shall cover all expenses,
losses,
damages, and
consequences arising out of the nature of work during its progress or prior to its acceptance
including those for well and faithfully completing the work and the whole thereof in the manner
and time specified in the Project Documents; and also including those arising from actions of the
elements, unforeseen difficulties or obstructions encountered in the prosecution of the work,
suspension or discontinuance of the work, and all other unknowns or risks of any description
connected with the work.
3. Completion of Work.
a. Contractor shall perform and complete all work within twenty -five (25)
working days from the date of commencement specified in the Notice to Proceed, and shall
provide, furnish and pay for all the labor, materials, necessary tools, expendable equipment, and
all taxes, utility and transportation services required for construction of the Project.
b. All work shall be performed and completed in a good workmanlike manner
in strict accordance with the drawings, specifications and all provisions of this Agreement as
hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances, and
any other legal requirements governing the Project.
C. Contractor shall not be excused with respect to the failure to so comply by
any act or omission of the City, the Director of Public Works, the City Engineer, a City inspector,
or a representative of any of them, unless such act or omission actually prevents the Contractor
from fully complying with the requirements of the Project Documents, and unless the Contractor
protests at the time of such alleged prevention that the act or omission is preventing the Contractor
from fully complying with the Project Documents. Such protest shall not be effective unless
reduced to writing and filed with the City within three (3) working days of the date of occurrence
of the act or omission preventing the Contractor from fully complying with the Project Documents.
d. City and Contractor recognize that time is of the essence in the
performance of this Agreement and further agree that if the work called for under the Agreement
is not completed within the time hereinabove specified, damages will be sustained by the City and
that, it is and will be impracticable or extremely difficult to ascertain and determine the actual
amount of damages the City will sustain in the event of, and by reason of, such delay. It is,
therefore, agreed that such damages shall be presumed to be in the amount of FIVE HUNDRED
DOLLARS ($500.00) per calendar day, and that the Contractor will pay to the City, or City may
retain from amounts otherwise payable to Contractor, such amount for each calendar day by
which the Contractor fails to complete the work, including corrective items of work, under this
Agreement within the time hereinabove specified and as adjusted by any changes to the work.
4.
Changes
to the work shall be by
to
Work.
City
and Contractor agree that the City may make changes to
Contractor, stating their
agreement to the
following:
the work, or
suspend
the work, and no
matter how many changes,
such changes or suspensions
are within the
contemplation
of the Contractor
and City and will not
be a basis for a compensable
delay claim
against
the City nor be
the basis for a liquidated
damages claims against the
Contractor.
Any
change
to the work shall be by
way of a written
instrument ("change order ") signed
by the City
and the
Contractor, stating their
agreement to the
following:
a. The scope of the change in the work;
b. The amount of the adjustment to the contract price; and
Page 2
c. The extent of the adjustment to the Schedule of Performance.
The Director of Public Works is authorized to sign any change order provided that sufficient
contingency funds are available in the City's approved budget for the Project. All change in the
work authorized by the change order shall be performed under the applicable conditions of the
Project Documents. City and Contractor shall negotiate in good faith and as expeditiously as
possible the appropriate adjustments for such changes.
5. Bonds. Contractor shall provide, before commencing work, a Faithful Performance
Bond and a Labor and Material Bond, each for one - hundred percent (100 %) of the contract price
in the form that complies with the Project Documents and is satisfactory to the City Attorney.
6. Non- AssignabilitV. Neither this Agreement nor any rights, title, interest, duties or
obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed
of by Contractor without the prior written consent of City.
7. Licenses. Contractor represents and warrants to City that it holds the contractor's
license or licenses set forth in the Project Documents, is registered with the Department of
Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required
of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost
and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses,
permits, insurance and approvals which are legally required of Contractor to practice its
profession. Contractor shall maintain a City of Lake Elsinore business license.
8. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, and volunteers from and against any and all losses, liability,
claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily
injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law
or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts
or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they
could be held strictly liable, or by the quality or character of their work. The foregoing obligation
of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of
law arises from the sole negligence or willful misconduct of the City or its officers, employees,
agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents
have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is
understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend
as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance
certificates and endorsements required under this Agreement does not relieve Contractor from
liability under this indemnification and hold harmless clause. This indemnification and hold
harmless clause shall apply to any damages or claims for damages whether or not such insurance
policies shall have been determined to apply. By execution of this Agreement, Contractor
acknowledges and agrees to the provisions of this Section and that it is a material element of
consideration.
9. Insurance Requirements.
a. Insurance. Contractor, at Contractor's own cost and expense, shall
procure and maintain, for the duration of the Agreement, unless modified by the City's Risk
Manager, the following insurance policies.
Page 3
Workers' Compensation Coverage. Contractor shall maintain
Workers' Compensation Insurance and Employer's Liability Insurance for his /her
employees in accordance with the laws of the State of California. In addition, Contractor
shall require each subcontractor to similarly maintain Workers' Compensation Insurance
and Employer's Liability Insurance in accordance with the laws of the State of California
for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by the City at least thirty (30) days prior
to such change. The insurer shall agree to waive all rights of subrogation against City, its
officers, agents, employees, and volunteers for losses arising from work performed by
Contractor for City. In the event that Contractor is exempt from Worker's Compensation
Insurance and Employer's Liability Insurance for his /her employees in accordance with
the laws of the State of California, Contractor shall submit to the City a Certificate of
Exemption from Workers Compensation Insurance in a form approved by the City
Attorney.
ii. Commercial General Liability Coverage. Contractor shall maintain
commercial general liability insurance in an amount not less than one million dollars
($1,000,000) per occurrence for bodily injury, personal injury, and property damage. If a
commercial general liability insurance form or other form with a general aggregate limit is
used, either the general aggregate limit shall apply separately to the work to be performed
under this Agreement or the general aggregate limit shall be at least twice the required
occurrence limit. Required commercial general liability coverage shall be at least as broad
as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed.
11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering
comprehensive General Liability and Insurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability. No endorsement may be attached
limiting the coverage.
iii. Automobile Liability Coverage. Contractor shall maintain
automobile liability insurance covering bodily injury and property damage for all activities
of the Contractor arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non -owned vehicles, in an amount
of not less than one million dollars ($1,000,000) combined single limit for each occurrence.
Automobile liability coverage must be at least as broad as Insurance Services Office
Automobile Liability form CA 0001 (ed. 12/90) Code 1 ( "any auto "). No endorsement may
be attached limiting the coverage.
V. Builder's Risk Coverage. Prior to the commencement of any
construction of the Project, Contractor shall obtain (or cause to be obtained) and keep in
force during the term of any construction, builder's risk insurance insuring for all risks of
physical loss of or damage (excluding the perils of earthquake and flood).
V. Professional Liability Coverage. [Intentionally omitted].
b. Endorsements. Each general commercial liability and automobile liability
insurance policy shall be with insurers possessing a Best's rating of no less than A:VII and
shall be endorsed with the following specific language:
i. The City, its elected
or
appointed
officers, officials, employees,
agents, and volunteers are to be covered
as
additional
insured with respect to liability
=4
arising out of work performed by or on behalf of the Contractor, including materials, parts
or equipment furnished in connection with such work or operations.
ii. This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents, and volunteers.
Any insurance maintained by the City, including any self - insured retention the City may
have, shall be considered excess insurance only and shall not contribute with it.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv. The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees, or agents.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents, or volunteers.
vi. The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
C. Deductibles and Self - Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City. At the City's option, Contractor shall
demonstrate financial capability for payment of such deductibles or self- insured retentions.
d. Certificates of Insurance. Contractor shall provide certificates of insurance
with original endorsements to City as evidence of the insurance coverage required herein.
Certificates of such insurance shall be filed with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
10. Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be addressed
to the other party at the address set forth below. Notice shall be deemed communicated within
48 hours from the time of mailing if mailed as provided in this section.
If to City: City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
With a copy to: City of Lake Elsinore
Attn: City Clerk
130 South Main Street
Lake Elsinore, CA 92530
Page 5
If to Contractor: R. J. Noble Company
Attn: Steve Mendoza
15505 E. Lincoln Ave
Orange, CA 92865
11. Entire Agreement. This Agreement constitutes the complete and exclusive
statement of agreement between the City and Contractor. All prior written and oral
communications, including correspondence, drafts, memoranda, and representations, are
superseded in total by this Agreement.
12. Amendments. This Agreement may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City Attorney.
13. Assignment and Subcontracting. Contractor shall be fully responsible to City for
all acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations
of the Contractor under this Agreement will be permitted only with the express consent of the City.
Nothing in this Agreement shall create any contractual relationship between City and any
subcontractor nor shall it create any obligation on the part of the City to pay or to see to the
payment of any monies due to any such subcontractor other than as otherwise is required by law.
14. Waiver. Waiver of a breach or default under this Agreement shall not constitute a
continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
15.
Severability.
If any term or portion of this Agreement is held to
be invalid, illegal,
or otherwise
unenforceable
by a court of competent jurisdiction, the remaining
provisions of this
Agreement shall
continue in
full force and effect.
16. Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this Agreement
shall be held exclusively in a state court in the County of Riverside.
17. Litigation Expenses and Attorneys' Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys' fees.
18. Mediation. The parties agree to make a good faith attempt to resolve any disputes
arising out of this Agreement through mediation prior to commencing litigation. The parties shall
mutually agree upon the mediator and share the costs of mediation equally. If the parties are
unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in
interest. JAMS shall provide the parties with the names of five qualified mediators. Each party
shall have the option to strike two of the five mediators selected by JAMS and thereafter the
mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation,
either party may commence litigation.
19. Authority to Enter Agreement and Administration. Contractor has all requisite
power and authority to conduct its business and to execute, deliver, and perform the Agreement.
Each party warrants that the individuals who have signed this Agreement have the legal power,
right, and authority to make this Agreement and to bind each respective party. The City Manager
is authorized to enter into an amendment or otherwise take action on behalf of the City to make
Page 6
the following modifications to the Agreement: (a) a name change; (b) grant extensions of time;
(c) non - monetary changes in the scope of services; and /or (d) suspend or terminate the
Agreement. The Director of Public Works shall act as the Project administrator on behalf of the
City.
20. 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 Agreement. 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 Agreement. For breach or violation
of this warranty, City shall have the right to rescind this Agreement without liability. For the term
of this Agreement, no member, officer, or employee of City, during the term of his or her service
with City, shall have any direct interest in this Agreement, or obtain any present or anticipated
material benefit arising therefrom.
21. 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.
22. Prevailing Wages.
a. Contractor and all subcontractors shall adhere to the general prevailing rate
of per diem wages as determined and as published by the State Director of the Department of
Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these
rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake
Elsinore and are available for review upon request.
b. Contractor's attention is directed to the provisions of Labor Code Sections
1774, 1775, 17762 1777.5 and 1777.6. Contractor shall comply with the provisions of these
Sections. The statutory provisions for penalties for failure to comply with the State's wage and the
hour's laws will be enforced.
C. Labor Code Sections 1774 and 1775 require the Contractor and all
subcontractors to pay not less than the prevailing wage rates to all workmen employed in the
execution of the contract and specify forfeitures and penalties for failure to do so. The minimum
wages to be paid are those determined by the State Director of the Department of Industrial
Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep
accurate payroll records, specifies the contents thereof, their inspection and duplication
procedures and certain notices required of the Contractor pertaining to their location. The
statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been
awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish
electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016,
Contractor, and its subcontractors must furnish electronic certified payroll records to the Labor
Commissioner without regard to when the Project was awarded to Contractor.
d. Labor Code Section 1777.5 requires Contractor or subcontractor
employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship
Page 7
Committee nearest the site of the public works project, which administers the apprenticeship
program in that trade for a certificate of approval. The certificate will also fix the ratio of
apprentices to journeymen to be used in the performance of the Agreement. The Contractor is
required to make contributions to funds established for the administration of apprenticeship
programs if the Contractor employs registered apprentices or journeymen in any apprenticeable
trade and if other contractors on the public works site are making such contributions. Information
relative to apprenticeship standards, contributions, wage schedules and other requirements may
be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship
Standards. Labor Code Section 1777.6 provides that it shall be unlawful to refuse to accept
otherwise qualified employees as registered apprentices solely on the grounds of race, religious
creed, color, national origin, ancestry, sex, or age.
e. Eight hours labor constitutes a legal day's work, as set forth in Labor Code
Section 1810,
23. Execution. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
[Signatures on next page]
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the
date first written above.
"CITY"
CITY OF LAKE ELSINORE, a municipal
corporation
Yates, City Manager
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
Attachment: Bidder's Proposal
"CONTRACTOR"
RJ Noble Company, a California corporation
By:
Its:
By:
Its:
ATTACHMENT'A'
BIDDER'S PROPOSAL
August 28, 2015
TO: ALL PLAN HOLDERS
Attachment A
ADDENDUM NO. 1
TO THE
CONSTRUCTION PLANS AND BID DOCUMENTS
PROJECT NO. Z10008 -3 & Z10014 -2
2015 -2016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
This Addendum forms a part of the Contract Documents for the above - identified project and
modifies the original Plans, Specifications, Contract Documents and any prior addenda, as
noted below. Portions of the Contract, not specifically mentioned by the Addendum, remain in
force. All trades affected shall be fully advised of these changes, deletions, and additions.
1. In the Bid Documents booklet, Bidder's Proposal — Bid Schedule, edit Bid Item 13 as
shown on the attachment to this document.
2. In the Bid Documents booklet, Special Provisions, Part 2 - Technical Provisions, replace
section 203 -5.1 as follows:
Slurry shall be Emulsion Aggregate Slurry. Emulsion Aggregate Slurry shall be Type II.
Emulsified Asphalt shall be CQS -1 h. Slurry Seal shall contain 2% Latex.
3. In the Bid Documents booklet, Special Provisions, Part 2 — Technical Provisions, add
section 302 -4 "Slurry Seal Surfacing" and subsections 302 -4.10 and 302 -4.11
"Measurement and Payment" as follows:
Slurry seal shall be measured and paid for at the contract unit price bid per square yard.
The contract unit price per square yard for "Slurry Seal Type II with 2% Latex" shall be full
compensation for furnishing emulsion, polymer as specified, accelerator or retardant and
water, and all preparation, traffic control, rubber tire rolling where specified, and other
incidentals described in the work and no separate or additional compensation will be made
therefor.
4. In the Bid Documents booklet, Special Provisions, Part 2 — Technical Provisions, add
subsection 302 - 4.11.1 "Payment Reduction for Noncompliance" as follows:
Payment Reduction for Noncompliance is hereby deleted.
All bidders are REQUIRED to acknowledge receipt of this addendum in the Bidder's Proposal
where provided on page C -5 "Acknowledgement of Addenda Received.
«. «...,..�kx.. . +.....k. END OF ADDENDUM
Sincerely,
Ken Rukavina, P.E.
City Engineer
Attachments: 1) Bid Schedule
Page 1 of 1
CITY OF LAKE ELSINORE
CIP Project No. Z10008-3 & Z10014 -2
SECTION C
BID DOCUMENTS
C -1
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
BIDDER'S PROPOSAL
2015 -2016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
PHASE 3
SLURY SEAL PROGRAM
PHASE 2
NIB NO. (CIP PROJECT NO. Z10008 -3 & Z10014 -2)
Company: R.J. NOBLE COMPANY
Honorable Mayor, Members of the Council:
In accordance with the Notice Inviting Bids pertaining to the receiving of sealed proposals by the
City Clerk of the City of Lake Elsinore for the above titled improvement, the undersigned hereby
proposes to furnish all Work to be performed in accordance with the Specifications, Standard
Drawings, and the Contract Documents, for the unit price or lump sum set forth in the following
schedule:
Time of Completion: Twenty -five (25) Working Days from Issuance of Notice to Proceed
(NTP) by City to Contractor.
BID SCHEDULE A - OVERLAY LOCATIONS
ITEM
I ESTIMATED
UNIT
NO.
DESCRIPTION OF ITEMS
UNIT
QUANTITY
PRICE
AMOUNT
1
WORK AREA TRAFFIC CONTROL
LS
1
069.
060�
2
PUBLIC NOTIFICATION
LS
1
11500.00
17500.00
3
CONSTRUCTION SURVEYING AND
EA
1
MONUMENT PRESERVATION
10,500.00
10,500.00
4
CRACK SEALING
LS
1
11,500.00
11,500.00
5
1''A" AC (HMA) PAVEMENT OVERLAY
TN
2785
°O
7 7), oO
6
0" —1Y" VARIABLE DEPTH PAVEMENT
-
SF
97209.
-
GRIND
Q
7
ADJUST MANHOLE TO GRADE
EA
33
400.00
13,200.00
8
ADJUST WATER VALVE TO GRADE
EA
43
150.00
63450.00
REMOVAL AND REPLACEMENT IN -KIND
OF THERMOPLASTIC & PAINTED
o2, 80B, `0
�, 9W, °-°-
9
PAVEMENT STRIPING, MARKINGS,
LS
1
LEGENDS AND RAISED PAVEMENT
5 -tKo-00
b 800 90
MARKERS
1414
IZ9
10
Temporary Construction Project Identification
EA
2
Sign
750.00
1 ,500.00
X59, 56(.8
Total Bid Price Schedule
yl
(Based on estimated quantities of Itemsl through 10)
I hroe h 10)
C -2
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
BID SCHEDULE B - SLURRY SEAL LOCATIONS (Rev. 8/28/15)
ITEM
ESTIMATED
UNIT
NO.
DESCRIPTION OF ITEMS
UNIT
QUANTITY
PRICE
AMOUNT
11
WORK AREA TRAFFIC CONTROL
LS
1
m
d
o0
ate.
12
PUBLIC NOTIFICATION
LS
1
1,500,00
1,500.00
13
CRACKSEALING
LS
1
10,000.00
10,000.00
14
SLURRY SEAL TYPE 11 WITH 2% LATEX
SY
44000
f Sa
QOO,
15
1' /z" Grind and 11/2" AC (HMA) Fill Pavement
SF
12350
o0
REMOVAL AND REPLACEMENT IN -KIND OF
16
THERMOPLASTIC & PAINTED PAVEMENT
7
STRIPING, MARKINGS, LEGENDS AND
LS
1
9-200"0
•9 600 °()F}
RAISED PAVEMENT MARKERS
17
TEMPORARY CONSTRUCTION PROJECT
IDENTIFICATION SIGN
EA
2
750,00
11500.00
Total Bid Price — Schedule B
o0
101, 78 i
(Based on estimated quantities of Items 11 through 16
Grand Total Bid Price — Schedule A+ Schedule B
J4611 `/ 80
Note: Estimated quantities are for the purpose of Bid comparison only; payments will be made on the
basis of actual measurement of Work completed, except for lump sum (LS) and final pay (F) quantities.
(S) denotes a specialty item. The Bid Price shall include, but not be limited to, sales tax and all other
applicable taxes and fees.
SCHEDULE A Total Bid: to
SCHEDULE A Total Bid:
SCHEDULE B Total Bid: 1 "/01 7f
'
SCHEDULE B Total Bid: (Figures
GRAND TOTAL (SCHEDULES A + B) Total Bid:
GRAND TOTAL (SCHEDULE A + B) Total Bid:
C -3
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
*BID MAY BE REJECTED IF TOTAL IS NOT SHOWN FOR BOTH FIGURES AND WORDS.
The undersigned agrees to enter into and execute a contract, with necessary bonds, at the unit
prices set forth herein and in case of default in executing such contract, with necessary bonds,
the check or bond accompanying this bid and the money payable thereon shall be forfeited
thereby to and remain the property of the City of Lake Elsinore.
The above unit prices include all work appurtenant to the various items as outlined in the
Specifications and all work or expense required for the satisfactory completion of said items. In
case of discrepancies between unit prices and totals, the unit prices shall govern.
The undersigned
declares that it has
carefully examined the Plans, Specifications, and
Contract
Documents, and
has investigated the
site of the work and is familiar with the conditions
thereon.
Date: 09/02/2015 By.
Contractor's State License No.: 782908
R.J. NOBLE COMPANY
Contractor
X �v,r✓
ST MZF DO ,SECRETARY
Class: CLASS A & C -12
Department of Industrial Relations Registration No: 1000004235
Registration
Date:
06/16/2015
Expiration Date: 06/3012016
Address:
15505
E. LINCOLN AVENUE
ORANGE, CA 92865
Phone: 714- 637 -1550
PAX: 714- 637 -6321
C -4
Public Works Contractor Registration Search
n.,e.,.orolW(ren>ro oawrono.narrry nwr,.nw.w0awwn.mnr. wow q,ou..n:ne++n.um. nmrorm Uraw u000 a,
m„xm.xmn moo-n m.+u m dvc r�rwn«wwarcrwu
Rolloom XUmul: ¢,Ib1508"
Conimaor AwI x:mo: f. WHI co PPnm —� cmvauo r
umxr: [smlou aw
19 l
nwor , goo or rye. ion wet x.mn souls oo m
uouneme .. c a LIMMo nwx- �i x.w M..teva nt,u
0.1 ry0B1E COXiM'Y _. a 000e C t0 N9M 06116na15 06/ DMO
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
ACKNOWLEDGMENT OF ADDENDA RECEIVED
2015 -2016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
PHASE 3
&
SLURY SEAL PROGRAM
PHASE 2
NIB NO, - (CIP PROJECT NO, Z10008 -3 & Z10014 -2)
The Bidder shall acknowledge the receipt of addenda by placing an "X" by each addendum
received.
Addendum No.1
Addendum No.2
Addendum No. 3
Addendum No. 4
If an addendum or addenda have been issued by the City and not noted above as being
received by the Bidder, the Bid Proposal may be rejected.
Bidder's Sig ature TEVE MENDOZA, SECRETARY
C -5
09/02/2015
Date
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
NON- COLLUSION AFFIDAVIT
2015 -2016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
PHASE 3
SLURY SEAL PROGRAM
PHASE 2
NIB NO. (CIP PROJECT NO. Z10008 -3 & Z10014 -2)
STATE OF CALIFORNIA
COUNTY OF ORANGE
STEVE MENDOZA
That he ox is
SS
sworn, deposes
owner, partner or other proper
of
R.J. NOBLE COMPANY the pally making the foregoing
Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person,
Partnership, company, association, organization, or corporation; that the Bid is genuine and not
collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other
Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired,
connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall
refrain from bidding; that the Bidder has not in any manner, directly or indirectly sought by
agreement, communication, or conference with anyone to fix the bid price of the Bidder or any
other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any
other Bidder, or to secure any advantage against the public body awarding the Contract of
anyone interested 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 associations,
organization, bid depository, or to any member or agent thereof to effectuate a collusive or
sham Bid. (Public Contract Code Section 7106)
Address: 15505 E. LINCOLN AVENUE, ORANGE, CA 92865
Telephone No.: 714. 637 -1550
Print Name: STEVE MENDOZA, SECRETARY
f:
Title: STEVE MENDOZA, SECRETARY
C -6
Date: 09/02115
CALIFORNIA ALLaPURPOSE ACKNOWLEDGMENT CIVIL CODE
i .rMrcrafxmm•. t %z lm% . <a ...x,...
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of
ORANGE
On 09/02/2015 before me,
Date
personally appeared STEVE MENDOZA
J. DEIONGH, NOTARY PUBLIC
Here Insert Name and Title of the Officer
Names) of Signers)
who proved to me on the basis of satisfactory evidence to be the person(s} whose name(!* Ware-
subscribed to the within instrument and acknowledged to me that he/she/they- executed the same in
his /+per /their authorized capacity(ie*,, and that by his/her /their signature(oon the Instrument the person(s)-,
or the entity upon behalf of which the persons) acted, executed the instrument.
DEIONGH-
�(. Commission # 1854610
Notary Public - California z
Orange County
My Comm. Expires Oct 28, 2015
1 certify under PENALTY OF PERJURY under the laws
of the State of Califomia that the foregoing paragraph
is true and correct.
and official seal.
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document
Description of Attached Document
Title or Type of Document: NON - COLLUSION AFFIDAVIT
Number of Pages: 1
Document Date:
Signer(s) Other Than Named Above:
Carver's am : STEVEYUIENDOZA
Signer's Name:
EXCorporate Officer— Title(s): SECRETARY
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee LJ Guardian or Conservator
❑ Other:
Signer Is Representing
R.J. NOBLE COMM
09/02/2015
Signer's Name:
❑ Corporate Officer — Title(s):
❑Partner — ❑ limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing
02014 National Notary Association •
www.NationalNotary.org a
1- 800 -US NOTARY (1 -800- 876 -6827)
Item #5907
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
SIGNING INSTRUCTIONS TO THE CONTRACTOR
Non - Collusion Affidavit must be accompanied by notary certificates for signature. Note
the description of the document on the notary certificate. Attach notary certificate
1 mediatel followinn this nafte .
If the Bidder fails to properly sign or omits the required signature, the bid will be
considered non- responsive and will be rejected,
C -7
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
BOND NO. N/A
BIDDER'S BOND
2015,2016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
PHASE 3
&
SLURY SEAL PROGRAM
PHASE 2
NIB NO. (CIP PROJECT NO, Z100084 &Z10014-2)
KNOW ALL MEN OR WOMEN BY THESE PRESENTS
That we _ R.J. NOBLE COMPANY .. , as
PRINCIPAL,
hereinafter referred to as "Contractor", and Western Surety Company
a duly authorized corporate as "Surety," are held and firmly bound unto the City of Lake.Elsinore
in the penal sum of TEN PERCENT (10 %) OF THE TOTAL AMOUNT OF THE BID of the
Contractor above named, submitted by said Contractor to the City of Lake Elsinore for the work
for said project entitled above, for the payment of which sum in lawful money of the United
States, well and truly to be made, to the City of Lake Elsinore to which said bid was submitted,
we bind ourselves, our heirs, executors, administrators and successors, jointly and severally,
firmly by these presents. In no case shall the liability of the surety hereunder exceed the
amount of ten percent of bid amount ( -- -- 10 % - - - - -)
THE CONDITION OF THIS OBLIGATION IS SUCH:
That whereas the Contractor has submitted the above - mentioned Bid to the City of Lake
Elsinore as aforesaid forthe work for said project entitled above.
NOW, THEREFORE, if the aforesaid Contractor is awarded the Contract and, within the time
and manner required under the Contract documents, after the prescribed forms are presented to
him or her for signature, enters into a written Agreement in the prescribed form and in
accordance with the Contract documents, and files two bonds with the City of Lake Elsinore,
one to guarantee faithful performance and the other to guarantee payment for labor and
materials, in accordance with said Contract documents, and as required by law, and files the
required insurance certificate(s) in accordance with said Contract documents, then this
obligation shall be null and void; otherwise, it •shall be and remain in full force and effect until
execution of the Agreement or forfeiture pursuant to the Provisions of Sections 20172 and
20174 of the Public Contract Code.
In the event suit is brought upon this bond by the City and judgment is recovered, the Surety
shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to be
fixed by the court.
(SIGNATURE PAGE FOLLOWS)
C =8
CITY OF LAKE ELSINORE
CIP' Project No. Z10008 -3 & Z10014 -2
BIDDER'S BOND. SIGNATURE PAGE,
2015.2016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
PHASES
SLURY SEAL PROGRAM
PHASE 2
NIB NO. (CIP PROJECT NO. Z10008 -3 & 210014 -2)
IN WITNESS WHEREOF, we have hereunto set our hands and seals on
this 26 day of August . 2015
BIDDER:
Contractor Name: R.J. NOBLE COMPANY
Address: .'15505 E. LINCOLN AVENUE
ORANGE, CA 92865
Telephone No.: 1 14 -637 --1550
Print Name: STEVE MENDOZA
Titie: SECRETARY
Signature�Q. X:_!1��C� -
Date:.
CORPORATE SURETY:
Company Name: ,yfes ern Sure Company
Address: 915 Wilshire Blvd. , Suite 1650
Los Angeles,, CA 90017,
Telephone No.:. 866- 404 -7926
Print Name: Jamcs,5cott Salandi
Title:. Attornev -in -.Fact
CALIFORNIA ALLoPURPOSE ACKNOWLEDGMENT CIVIL CODE
l .. "Y(T .a a•.T< T q 0 .TN .T .T t T A \YT�.a .a L T .T :Q<.T .T 1 .A .Ndht. .G .gN,wta ,c Tt. i. M.a .TKGP.
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 08/28/2015 before
Date
personally appeared STEVE MENDOZA
)
J. DEIONGH, NOTARY PUBLIC
Here Insert Name and Title of the Officer
Nama(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose names} is/are-
subscribed to the within Instrument and acknowledged to me that he/sheAhey- executed the same in
his/her /their authorized capacity(fesy, and that by his/her /thelr signatures) -on the instrument the person(s);
or the entity upon behalf of which the persons) acted, executed the instrument.
J.
•_ -•i'� Commission ion # # 19 1954610
wq. ...;.
aLv °tL4 -'
Notary Public - California n
z Orange County
My Comm. Expires Oct 28, 2015 f
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 oholal seal.
J.
of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Docu ept� r 0 y
Title or Type of Document: TO ( a &' J `fa' C/ o ��� Document Date: d�(t/ -J
Number of Pages: ) Signer(s) Other Than Named Above:
Capacity(ies) Clai!mr)ed by Signer(s)
Signer's Name: M&IM V Signer's Name:
HCorporate Officer — Title(s): U D Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact ❑ Individual ED Attorney in Fact
• Trustee ❑ Guardian or Conservator O Trustee ❑ Guardian or Conservator
• Other: ❑ Other:
Signer is Repr�ser�tin�9__�� Signer is Representing:
02014 National Notary Association www.NationaiNotary.org • 1-800-US NOTARY (1 -SOD- 876 - 6827) Item #5907
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Orange
On August 26, 2015
before me, Lauren Emily Bierman, A Notary Public
(insert name and title of the officer)
personally appeared lames Scott Salandi, Attorney -in -Fact
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islam
subscribed to the within instrument and acknowledged to me that he/shofflw> executed the same in
his1h1§YMeir authorized capacity(iee), and that by his /N15YAketr signature(IS) 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. w LAUREN EMILY BIER;
3` a COMM, # 2097240
en NOTARY VUBLIC•CAUFORNIA�
(� 4' ORANGE COUNTY N
Signature \ (Seal) MY COMM. EXRJAN7b,200
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
SIGNING.INSTRUCTIONS TO THE CONTRACTOR
Bidder's Bond must be accompanied by notary certificates for EACH signature. Note the
description of the document on the notary certificate. Attach BOTH notary certificates
immediately following this page.
Corporate Seal may be affixed hereto.
The attorney4n•fact
for corporate
surety must be registered, as
such, in at least one
county in the State
of California.
Attach one original Power of
Attorney immediately
following the notary
certificates.
If the Bidder fails to properly sign or omits the required signatures, the bid will be
considered nonpresponsive'and will be rejected.
C -10
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of fire signature and seal herein affixed hereby
make, constitute and appoint
James Scott Salandi, Leonard Ziminsky, David Jacobson, Individually
of Irvine, CA, its One and lawful Attomey(s)-m -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized offeer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be sued by its Vice President and its corporate seat to be
hereto affixed on this 7th day of August, 2013.
dcrro WESTERN SURETY COMPANY
a� o voggrr °4{y
�ebrx °Ae� v (�. 1J• / fPaul T, Bmflay Vice President
State of South Dakota
County ofMinnehaha as
On this 7th day of August, 2013, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed
the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed
pursuant to authority given by the Board of Directors of said corporation and that he signed his time thereto pursuant to like authority, and acknowledges
same to be the act and deed of said corporation.
My commission expires ¢ +`"" � Mo}t^^'R^V^"^�pp[[•
June 23, 2015 # any NOTARY PUBLICI^1{
Sj sourx nacrrrAlo;cJit - -___ / ��
MWW.MM. DAKWA 4yV+ S r r r 1
V
CERTIFICATE J. Mohr, Notary Public
- I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By -Law of the corporation printed on die revers ereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said cq porchon ibis ��_ day of � �-D
WESTERN SURETY COMPANY
i !zY (D
e�rM QPN�P•f ..
lsson, Assistant Secretary
Form P42R0 -7 -2012
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
SIGNING INSTRUCTIONS TO THE CONTRACTOR
Bidder's Bond must be accompanied by notary certificates for EACH signature. Note the
description of the document on the notary certificate. Attach BOTH notary certificates
immediately following this page.
Corporate Seal may be affixed hereto.
The attorney -in -fact for corporate surety must be registered, as such, in at least one
county in the State of California. Attach one original Power of Attorney immediately
following the notary certificates.
If the Bidder fails to properly sign or omits the required signatures, the bid will be
considered non - responsive and will be rejected.
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
LIST OF SUBCONTRACTORS
2015 4016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
PHASE 3
&
SLURY SEAL PROGRAM
PHASE 2
NIB NO. (CIP PROJECT NO, Z1100084 & Z100144)
The bidder is required to fill in the following blanks in accordance with the provisions of the
Subletting and Subcontracting Fair Practices Act (Chapter 2 of Division 5, Title 1 of the
Government Code of the State of California) and should familiarize itself with Sections 2 -3 of the
Standard Specifications.
Name Under Which Subcontractor is Licensed: CASE LAND SURVEY
License Number: LS 5411
Address of Office, Mill or Shop: 614 N. ECKHOFF, ORANGE, CA 92868
Specific Description of Sub - Contract: and Bid Items of Work:
SURVEY, ITEM #3
Name Under Which Subcontractor is Licensed: 'upPnbr /�u emen4Mark /rat
License Number. _ _ 776306
Address of Office, Mill or Shop: __ Pd 0* A7R r3ea r manf. eA 9,9a 2j
Speck Description of Sub - Contract: and Bid Items of Work
STRIPING, ITEMS 9 & 16
Name Under Which Subcontractor is Licensed: GLOBAL ROAD SEALING
License Number: 757584
Address of Office, Mill or Shop: 10832 DOROTHY AVE., GARDEN GROVE, CA 92683
Specific Description of Sub - Contract: and Bid Items of Work:
CRACK SEAL ITEMS 4 & 13
Name Under Which Subcontractor is Licensed: _ , &AMerkan A
License Number. 7073
Address of Office, Mill o Shop: goo E d SSG (rP�,,gr� q 92878
Specific Description of Sub - Contract: and Bid Items of Work:
SLURRY ITEM #14
Subcontractors listed in accordance with the provisions of Section 2 -3 must be properly licensed
under the laws of the State of California for the type of work that they are to perform. Do not list
alternate subcontractors for the same work.
C -11
CITY OF LAKE ELSINORE
CIP Project No. 210008 -3 & Z10014 -2
LIST OF SUBCONTRACTORS
2016 4016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
PHASE 3
SLURY SEAL PROGRAM
PHASE 2
NIB NO. (CIP PROJECT NO. Z10008 -3 & Z10014 -2)
The bidder is required to fill in the following blanks in accordance with the provisions of the
Subletting and Subcontracting Fair Practices Act (Chapter 2 of Division 5, Title 1 of the
Government Code of the State of California) and should familiarize itself with Sections 2 -3 of the
Standard Specifications.
Name Under Which Subcontractor is Licensed:
License Number:
Address of Office, Mill or Shop:
Specific Description of Sub - Contract: and Bid Items of Work:
Name Under Which Subcontractor is Licensed:
License Number:
Address of Office, Mill or Shop:
Specific Description of Sub - Contract: and Bid Items of Work
Name Under Which Subcontractor is Licensed:
License Number:
Address of Office, Mill or Shop:
Specific Description of Sub- Contract: and Bid Items of Work:
Name Under Which Subcontractor is Licensed:
License Number:
Address of Office, Mill or Shop:
Specific Description of Sub - Contract: and Bid Items of Work:
Subcontractors listed in accordance with the provisions of Section 2 -3 must be properly licensed
under the laws of the State of California for the type of work that they are to perform. Do not list
alternate subcontractors for the same work.
C -11
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
REFERENCES
2016 -2016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
PHASE 3
SLURYSEALPROGRAM
PHASE 2
NIB NO. (CIP PROJECT NO. Z10008 -3 & Z10014 -2)
Failure to demonstrate adequate experience may result in rejection of the bid.
For all public agency projects with a similar scope of work which you have worked on (or are
currently working on) in the past three (3) years, provide the following required information:
1. Name (Firm /Agency): CITY OF ORANGE
Address: 300 CHAPMAN AVENUE, ORANGE, CA 92866
Contact Person: ALAN TRUONG
Telephone No.: 714- 744 -5573
Title of Project: JAMBOREE ROAD REHABUTATION
Project Location: JAMBOREE ROAD, ORANGE
Date of Completion: MARCH 201
Contract Amount: $2.1 MILLION '
2. Name (Firm /Agency): CITY OF TUSTIN
Address: 300 CENTENNIAL WAY, TUSTIN, CA 92780
Contact Person: BENNY TENKEAN
Telephone No.: 714 -673 -3161
Title Of Project: TUSTIN RANCH ROAD REHABILITATION
Project Location: TUSTIN RANCH ROAD, TUSTIN
Date Of Completion: DECEMBER 2013
Contract Amount: $26 MILLION
3. Name (Firm /Agency): CITY OF MISSION VIEJO
Address: 200 CIVIC CENTER DRIVE, MISSION VIEJO, CA 92691
Contact Person: JOE AMES
Telephone No.: 949 -470 -8419
Title of Project: JERONIMO ROAD PAVEMENT REHABILITATION
Project Location: JERONIMO ROAD, MISSION VIEJO
Date of Completion: AUGUST 2013
Contract Amount: $1.5 MILLION
C -12
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
4. Name (Firm /Agency): CITY OF IRVINE
Address: 1 CIVIC CENTER PLAZA, IRVINE, CA 92606
Contact Person: UYENLY BUI
Telephone No.: 949-724 -7366
Title of Project: STREET REHABILITATION AND SLURRY SEAL
Project Location: VARIOUS LOCATIONS IN THE CITY OF IRVINE
Date of Completion: FEBRUARY 2015
Contract Amount: $5 MILLION
5. Name (Firm /Agency): CITY OF FOUNTAIN VALLEY
Address: 10200 SLATER AVENUE. FOUNTAIN VALLEY CA 92708
Contact Person: ALEX SALAZAR
Telephone No.: 714 - 593 -4433
Title of Project: RESIDENTIAL ROADWAY CITY QUADRANT C6 & C7
Project Location: VARIOUS RESIDENTIAL STREETS IN FOUNTAIN VALLEY
Date of Completion: FEBRUARY 2015
Contract Amount: $2.2 MILLION
6. Name (Firm /Agency): CITY OF GARDEN GROVE
Address: 11222 ACACIA PARKWAY, GARDEN GROVE, CA 92842
Contact Person: NAVIN MARU
Telephone No.: 714- 741 -5180
Title of Project: BROOKHURST STREET PROJECT NO 7270
Project Location: BROOKHURST STREET IN THE CITY OF GARDEN GROVE
Date of Completion: MARCH 2015
Contract Amount: $2.9 MILLION
7. Name. (Firm /Agency):- CITY OF JFMEQULA
Address: 41000 MAIN STREET, TEMECULA, CA 92590
Contact Person
Telephone No.
Title of Project
Project Location
Date of Completion
Contract Amount
JON SALAZAR
951 - 694 -6411
RANCHO VISTA ROAD REHABILIATION
RANCHO VISTA ROAD CITY OF TEMECULA
MARCH 2014
$1.4 MILLION
C -13
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
List any other projects (private, older than three (3) years, etc.) that may represent qualifying or
similar experience:
1. Name (Firm /Agency): STANDARD PACIFIC HOMES
Address: 15360 BARRANCA PKWY IRVINE CA 92618
Contact Person: TIM HAMPTON /MICHAEL PREPOST
Telephone No.: 949 - 789 -1600
Title of Project: HERITAGE LAKE PHASE IV BACK BONE STREETS
Project Location: MENIFEE
Date of Completion: DECEMBER 2014
Contract Amount: $2.8 MILLION
2. Name (FimVAgency): CAN YON LAKE PROPERTY OWNERS ASSOCIATION
Address: 31512 RAILROAD CANYON ROAD, CANYON LAKE, CA
Contact Person: GREG GOMEZ
Telephone No.: 951- 686 -1070
Title of Project: AC PAVING OF VARIOUS LOCATIONS
Project Location: VARIOUS LOCATIONS IN THE CITY OF CANYON LAKE
Date of Completion: FEBRUARY 2013
Contract Amount: $4 MILLION
3. Name (Firm /Agency):
Address:
Contact Person:
Telephone No.:
Title of Project:
Project Location:
Date of Completion:
Contract Amount:
LA CRESTA PROPERTY OWNERS ASSOCIATION
42430 WINCHESTER ROAD TEMECULA CA
BOB HARVEY
951 - 296 -5640
AC PAVING VARIOUS STREETS IN LA CRESTA
VALLE VISTA VIA SEVILA CALLE CENTRO VIA SERANO & AVE LA CRESTA
SEPT 2012
$737,880.19
C-14
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
CONTRACTOR INFORMATION
2015 -2016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
PHASE 3
SLURY SEAL PROGRAM
PHASE 2
NIB NO. (GIP PROJECT NO. Z10008 -3 & Z10014 -2)
Contractor's License No.: 782908 Class: A & C -12
a. Date first obtained: AUGUST 2000 Expiration AUGUST 31, 2016
b. Has License ever been suspended or revoked? NO
If yes, describe when and why: N/A
c. Any current claims against License or Bond? NO
If yes, describe claims: N/A
Principals in Company (List all — attach additional sheets if necessary):
NAME TITLE LICENSE NO.
(If Applicable)
MICHAEL J. CARVER PRESIDENT 782908 CLASS A & C -12
CRAIG PORTER VICE PRESIDENT N/A
STEVE MENDOZA SECRETARY N/A
JAMES N. DUCOTE TREASURER N/A
KASONDRA CARVER ASSISTANT SECRETARY N/A
AUSTIN CARVER ASSISTANT SECRETARY N/A
C -15
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
VIOLATIONS OF FEDERAL, STATE OR LOCAL LAWS
2015 -2016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
PHASE 3
SLURY SEAL PROGRAM
PHASE 2
NIB NO. (CIP PROJECT NO. 210008 -3 & Z100144)
1. Has your firm or its officers been assessed any penalties by an agency for
noncompliance or violations of Federal, State or Local labor laws and /or business or
licensing regulations within the past five (5) years relating to your construction projects?
YES NO (circle one)
Federal/ State / Local (circle one)
If "YES," identify and describe, (including agency and status): N/A
Have the penalties been paid? YES / NO (circle one)
2. Does your firm or its officers have any ongoing investigations by any public agency
regarding violations of the State Labor Code, California Business and Professions Code
or Statee icensing Laws?
YES NO (circle one)
Code /Laws: N/A
Section /Article:
If "yes," identify and describe, (including agency and status):
C -16
CITY OF LAKE ELSINORE
CIP Project No. Z10008 -3 & Z10014 -2
DISQUALIFICATION OR DEBARMENT
2016 -2016 CITYWIDE PAVEMENT
REHABILITATION PROGRAM
PHASE 3
SLURY SEAL PROGRAM
PHASE 2
NIB NO. (CIP PROJECT NO. Z10008 -3 & Z10014 -2)
Has your firm, any officer of your firm, or any employee who has a proprietary interest in your
firm ever been disqualified, removed, or otherwise prevented from bidding on, performing work
on, or completing a federal, state or local project because of a violation of law or a safety
regulati T ?
YES (0) (circle one)
If yes, provide the following information (if more than once, use separate sheets):
Date: NIA Entity:
Location:
Reason:
Provide Status and any Supplemental Statement: u V
Has your firm been reinstated by this entity?
YES / NO (circle one) N l PC
C -17