Loading...
HomeMy WebLinkAboutItem No. 04 Contruction Agreemetnt SB-1 Downtown Pavement Rehab. Phase 1 Z10059City of Lake Elsinore 130 South Main Street __ Lake Elsinore, CA 92530 II www.lake - elsinore.org VV °"` IKo - Text File File Number: ID# 19 -599 Agenda Date: 5/26/2020 Version: 1 Status: Approval Final In Control: City Council / Successor Aqency File Type: Council Consent Calendar Agenda Number: 4) City of Lake Elsinore Page 1 Printed on 512112020 CITY OF ih41 4 LAKE LS1110 E L � DREAM EXTREME REPORT TO CITY COUNCIL To: Honorable Mayor and Members of the City Council From: Grant Yates, City Manager Prepared By: Remon Habib, City Engineer Date: May 26, 2020 Subject: Construction Contract Award for SB1 — Downtown Streets Pavement Rehabilitation Phase I Recommendation 1. Award the Public Works Construction Agreement for the SB1 Downtown Streets Pavement Rehabilitation Phase I CIP Project No. Z10059 to ATP General Engineering Contractors; and, 2. Authorize the City Manager to execute the Agreement for $1,392,666.00 to ATP General Engineering Contractors; and, 3. Authorize the City Manager to execute change orders not to exceed 10% contingency amount of $ 139,266.60; and, 4. Authorize City Engineer to record the Notice of Completion once it is determined the work is complete and the improvements are accepted into the City maintained roadway network. Background City Council adopted the project at the Council meeting of April 23, 2019. The project will improve the condition rating of streets in the downtown area. The project was advertised on April 14, 2020. On May 6, 2020, the bids were publicly opened. The low bidder is ATP General Engineering Contractors at a total cost of $1,392,666.00 Discussion Contractor Bids were opened publicly on May 6, 2020, at 2:00 PM. The City received five (5) bids from qualified contractors, and staff recommends awarding the project to the apparent low bidder ATP General Engineering Contractors. Page 1 of 2 Construction Cost Award for SB1 May 26, 2020 Page 2 The bid results are summarized below: Contractor (Bidder) Total Bid Amount 1. ATP General Engineering Contractors $1,392,666.00 2. Onyx Paving Company, Inc. $1,541,000.00 3. Hardy and Harper $1,554,085.00 4. R.J. Noble Company $1,561,981.30 5. All American Asphalt $1,669,209.00 Fiscal Impact Public Works Construction Agreement will result in a cost of $1,392,666 plus an additional 10% in contingency. SB1 will primarily cover funding for this project with the remainder under Measure A. Exhibits A. Agreement B. Project Map Agreement No. AGREEMENT FOR PUBLIC WORKS CONSTRUCTION ATP General Engineering Contractors Forthe SB -1 Downtown Streets Pavement Rehabilitation Phase I CIP PROJECT NO. Z10059 This Agreement tor Public Works Construction ( "Agreement ") is made and entered into as of May 26, 2020 by and between the City of Lake Elsinore, a municipal corporation ( "City ") and ATP General Engineering Contractors ( "Contractor "). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1. The Protect and Protect Documents. Contractor agrees to construct the following public improvements ( "work ") identified as: SB1 Downtown Streets Pavement Rehabilitation Phase I (the "Project ") The City- approved plans for the construction of the Project, which are incorporated herein by reference and prepared by the City of Lake Elsinore, are identified as: SB1 Downtown Streets Pavement Rehabilitation Phase I 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 One Million Three Hundred Ninety Two Thousand Six Hundred Sixty Six 00/100 dollars ($1,392,666). 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 Sixty 60 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 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. 2 4. Changes to Work. City and Contractor agree that the City may make changes to 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 damage claim 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 c. The extent of the adjustment to the Schedule of Performance. The City Engineer 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 - Assignability. 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, the County and Board Supervisors, 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 3 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. i. 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. 4 iv. Builder's Risk Coverage. Prior to the commencement of any construction of the Project, Design - Builder 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 Contractor shall maintain professional errors and omissions liability insurance appropriate for Contractor's profession for protection against claims alleging negligent acts, errors or omissions which may arise from Contractor's services under this Agreement, whether such services are provided by the Contractor or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims -made annual aggregate basis, or a combined single limit per occurrence basis. 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 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 If to Contractor: ATP General Engineering Contractors Attn: 4211 Ponderosa Ave, Suite C San Diego,CA 92123 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 for 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. 11 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 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 City Engineer 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. 7 b. Contractor's attention is directed to the provisions of Labor Code Sections 1774, 1775, 1776, 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 hours 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 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 Grant Yates, City Manager ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Risk Manager E7 "CONTRACTOR" ATP General Engineering Contractors, a Corporation By: Click or tap here to enter text. Its: Click or tap here to enter text. By: Click or tap here to enter text. Its: Click or tap here to enter text. EXHIBITA CONTRACTOR'S PROPOSAL [ATTACHED] CITY OF LAKE ELSINORE CIP Project No. Z10059 SECTION C BID DOCUMENTS :. CITY OF LAKE ELSINORE CIP Project No. Z10059 [ 3 ■ M i= &6I2■� _TJ.q DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10059 Hanson Aggregates Pacific Southwest LLC Company.. DBA ATP General Engineering Contractors 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: Sixty (60) Working Days from Issuance of Notice to Proceed (NTP) by City to Contractor. BID SCHEDULE A TEM NO. DESCRIPTION UNIT CITY UNIT COST TOTAL 1 M08I TION, DEMOBILIZATION AND CLEANUP LS 1 2 STORM WATE NONSTORM WATER POLLUTION CONTROL TRAFFIC CONTROL AC PAVEMENT LS 1 3 LS 1 4 N 13331 5 GRIND AND REMOVE AC CY 6810 6 CURB RAMP PER RIV.CO, STD. 403 EA 1 7 THERMOPLASTIC 12" WHITE LIMIT LINE &' OP" PAV ENT MARKING - CALTRANS STD. A24D & A24E LF 1620 - 8 THERMOPLASTIC DOUBLE YELLOW CENTERLINE !PING PER CALTRANS STD. A20A, DETAIL 22 LF 9261 9 THERMOPLASTIC WHITE 6" SOLID STRIP LF 617 10 THERMOPLASTIC WHITE PAVEMENT /� MARKINGS - CALTRANS A24A FOR ARROWS, A24C FOR 4TOLS AND A24D FOR WORp SF 683 11 THERMOPLASTIC YELLOW 1,2 "CROSSWALK - CALTRANS STD A24F F 1039 12 THERMOPLASTIC 6" DIAGONAL STRIPING LF 590 13 THERMOPLASTIC 6Pf6" YELLOW MEDIAN ISLAND STRIPING CALTRANS STD. '208, DETAIL 29 LF 1377 14 6" WHITE WRMOPLASTIC STRIPE - CALTRANS DETAIL 39 LF 300 15 6" T EMOPLASTIC LANE LINE PER CALTRANS STD A20A DETAIL 39 LF 300 16 THERMOPLASTIC YELLOW TWO -WAY LEFT TURN LANE STRIPING PER CALTRANS STD A20B DETAIL 32 LF 1940 t r 17 THERMOPLASTIC YELLOW PAVEMENT MARKINGS - CALTRANS A24D FOR WORDS SF 222 C -7 BID SCHEDULE A ITEM NO. I DESCRIPTION UNIT QTY UNIT COST TOTAL 1 MOBILIZATION, DEMOBILIZATION AND CLEANUP LS 1 129,916.00 129,916.00 2 STORM WATER & NONSTORM WATER POLLUTION CONTROL LS 1 7,500.00 7,500.00 3 TRAFFIC CONTROL LS 1 99,000.00 99,000.00 853,184.00 4 ACPAVEMENT TON 13331 64.00 5 GRIND AND REMOVE AC CY 6810 12.00 81,720.00 6 CURB RAMP PER RIV.CO. STD. 403 THERMOPLASTIC 12" WHITE LIMIT LINE & "STOP" PAVEMENT EA 1 3;600.00 3,600.00 7 MARKING - CALTRANS STD. A24D & A24E LF 1620 2.00 3,240.00 THERMOPLASTIC DOUBLE YELLOW CENTERLINE STRIPING PER 1.00 9,261.00 8 CALTRANS STD. A20A, DETAIL 22 LF 9261 9 THERMOPLASTIC WHITE 6" SOLID STRIPE LF 617 1.00 617.00 THERMOPLASTIC WHITE PAVEMENT MARKINGS - CALTRANS STD 6.00 4,098.00 10 A24A FOR ARROWS, A24C FOR SYMBOLS AND A24D FOR WORDS SF 683 11 THERMOPLASTIC YELLOW 12" CROSSWALK - CALTRANS STD A24F LF 1039 5.00 5,195.00 12 THERMOPLASTIC 6" DIAGONAL STRIPING LF 590 1.20 708.00 THERMOPLASTIC 6"/6" YELLOW MEDIAN ISLAND STRIPING - 2.00 2,754.00 13 CALTRANS STD. A2013, DETAIL 29 LF 1377 14 6" WHITE THERMOPLASTIC STRIPE - CALTRANS DETAIL 39 LF 300 0.50 150.00 15 6" THERMOPLASTIC LANE LINE PER CALTRANS STD A20A DETAIL 39 LF 300 0.50 150.00 THERMOPLASTIC YELLOW TWO -WAY LEFT TURN LANE STRIPING PER 16 CALTRANS STD A20B DETAIL 32 THERMOPLASTIC YELLOW PAVEMENT MARKINGS - CALTRANS A24D LF 1940 1.30 2,522.00 17 FOR WORDS SF 222 4.50 999.00 8" WHITE THERMOPLASTIC CHANNELIZING LINE PER CALTRANS STD 18 A20D DETAIL 38 LF 707 5 2.00 1,.250.00 69.00 1,414.00 6,250.00 19 REMOVE TREE & ROOT SYSTEM EA 20 PROTECTJADJUST GAS VALVE DURING GRIND & OVERLAY EA 8 PROTECT AND ADJUST MANHOLE /SEWER CLEANOUT DURING GRIND 11,700.00 21 & OVERLAY EA 78 150.00 PROTECT AND ADJUST WATER VALVE COVERS DURING GRIND AND 22 OVERLAY EA 163 38.00 6,194.00 PROTECT EXISTING METER BOX IN PLACE, & ADJUST TO GRADE 23 DURING GRIND & OVERLAY EA 1 238.00 238.00 REMOVE AND REPLACE EXISTING MAILBOX AT SIDEWALK 366.00 732.00 24 LOCATIONS PER CITY OF LAKE ELSINORE ST. 222 EA 2 25 CRACK REPAIR SUBSEQUENT TO GRINDING LS 1 4,500.00 26 COMPACT 12" SECTION OF NATIVE MATERIAL TO 95% AND DISPOSE OF EXCESS MATERIAL REMOVE PCC CROSS GUTTERS AND RAMP TOTAL BID CY 544 21.00 27 SF 1450 7.00 1 f 4,500.00 11,424.00 10,150.00 257,768.00 CITY OF LAKE ELSINORE CIP Project No. Z10059 " BID SCHEDULE B (Table is applicable to Annual Roadway Drainage) ITEM NO. ME THERMOPLASTIC CHANNELIZING LINE PER CALTRANS STD UNIT QTY UNIT COST TOTAL 18 A20D DE 1 REMOVE TREE & ROOT SY PROTECT /ADJUST GAS VALVE DURING &OVERLAY LF 707 3,550.00 17,750.00 19 E 5 402 50.00 20 EA 8 LF 5911 8.00 PROTECT AND ADJUST MANHOLE /SEWER CLEA URING GRIND 4 MINOR GRADING BEHIND/ BACKFILL BEHIND AC BERM CY 153 21 & OVERLAY EA 78 PROTECT AND ADJUST WATER COVERS DURING GRIND AND 22 OVERLAY EA 163 PROTECT EXISPUTMETER BOX IN PLACE, & ADJUST TO GRADE 23 DURIN U & OVERLAY EA 1 R VE AND REPLACE EXISTING MAILBOX AT SIDEWALK 24 OCATIONS PER CITY OF LAKE ELSINORE ST, 222 EA 2 TOTAL BID BID SCHEDULE B (Table is applicable to Annual Roadway Drainage) ITEM NO. DESCRIPTION UNIT QTY UNIT COST TOTAL 1 CROSS GUTTER & SPANDREL PER RIV. CO STD 209 EA 5 3,550.00 17,750.00 2 CURB & GUTTER PER LAKE ELSINORE STD 200 LF 402 50.00 20,1 00.00 3 TRAVERSIBLE DIKE PER CALTRANS STD A87B, TYPE E LF 5911 8.00 47,288.00 4 MINOR GRADING BEHIND/ BACKFILL BEHIND AC BERM CY 153 70.00 10 710.00 TOTAL BID 95 848.00 BID SCHEDULE C (Table is applicable to Annual Slurry Seal) ITEM NO. DESCRIPTION UNIT QTY UNIT COST TOTAL 1 TYPE II SLURRY SEAL TON 166 175.00 29,050.00 2 ROUT & SEAL RANDOM CRACKS LS 1 10,000.00 10,000.00 TOTAL BID 39,050.00 C -8 CITY OF LAKE ELSINORE CIP Project No. Z10059 TOTAL BID PRICE: TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT -PHASE I CIP NO. Z10059 1,392,666.00 Total Bid Price in Numbers ONE MILLION THREE HUNRED NINETY TWO THOUSAND SIX HUNDRED SIXTY SIX DOLLARS Total Bid Price in Written Form 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. All work described on the plans and in the specifications and other incidentals necessary to complete the project shall be paid under items above. No additional payments will be allowed. C -9 CITY OF LAKE ELSINORE CIP Project No. Z10059 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. Hanson Aggregates Pacific Southwest LLC DBA ATP General Engineering Contractors Contractor <--7 Date: By A. Donnelly, Assistant Secretary Contractor's State License No.: 502506 Class: A Department of Industrial Relations Registration No: 1000012615 Registration Date: 2/15/2015 Expiration Date. 6/31/2020 Address: 4211 Ponderosa Ave STE C San Diego, CA 92123 Phone: 619 - 777 -8100 EXT 216 FAX: P/A C -10 CITY OF LAKE ELSINORE CIP Project No. Z10059 ACKNOWLEDGMENT OF ADDENDA RECEIVED DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10059 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 Siggnnatur David A. Donnelly, Print Name C -11 � , X �v at Assistant Secretary Title CITY OF LAKE ELSINORE CIP Project No. Z10059 NON - COLLUSION AFFIDAVIT DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10069 STATE OF CALIFORNIA } SS COUNTY OF ) (NAME) David A. Donnelly, affiant being first duly sworn, deposes and says. That he or she is Assistant Secretary of (sole owner, partner or other proper title) Hanson Aggregates Pacific Southwest LLC DBA ATP General Engineering Contractors 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, 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: 4211 Ponderosa Ave Ste C San Diego, CA 92123 Telephone No.: 619- 777 -8100 ext 216 Print Name: David A. Donnelly, Signature: y- Title: Assistant Secretary Date: s/ � & I - � -Jm IIm IiE611 :1110Mrol11,EamI.Igmeiiihd L81 Non - Collusion Affidavit must be accompanied by notary certificates for signature. Note the description of the document on the notary certificate. Attach notary certificate If the Bidder fails to properly sign or omits the required signature, the bid will be considered non - responsive and will be rejected. C -12 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 San Diego ) On � &6—) before me, Barbara Jacob, Notary Public (insert name and title of the officer) personally appeared David A. Donnelly who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. BARBARA L. JACOB WITNESS my hand and official seals. Notary ublicocauo arn,a Commission # 22744 #25 My Comm, Expires Feb 2, 2023 Signature (Seal) CITY OF LAKE ELSINORE CIP Project No. Z10059 BOND NO. 624491 - Travelers -20 -035 BIDDER'S BOND DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10059 KNOW ALL MEN OR WOMEN BY THESE PRESENTS: Hanson Aggregates Pacific Southwest LLC That we DBA ATP General Engineering Contractors as PRINCIPAL, hereinafter referred to as "Contractor", and Travelers Casualty and Surety Company of America 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 PercentAmount Bid (10 %AB) 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 for the 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 -13 CITY OF LAKE ELSINORE CIP Project No. Z10059 _ i = ► l i DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10059 IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 20th day of April 2020 BIDDER: Hanson Aggregates Pacific Southwest LLC DBA ATP General Engineering Contractors Contractor Name: Address: 4211 Ponderosa Ave Ste C San Diego CA 92123 Telephone No. 619- 777 -8100 Print Name: David A. Donnelly Title: Assistant Secretary Signature: Date: LAI ;?4 CORPORATE SURETY: Travelers Casualty and Company Name: Surety Company of America Address: One Tower Square Hartford, CT 06183 7 e1 ep1 ^ - "'^ Print I' Title: f 7131 276 -8029 Signature: 1 t 1�M l Date: 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. C -14 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 San Diego ) On 4�a before me, Barbara Jacob, Notary Public (insert name and title of the officer) personally appeared David A. Donnelly who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) BARBARA L. JACOB Notary Public - California a = San Diego County Commission k 2274425 My Comm. Expires Feb 2, 2023 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of County of - )A� (Y t�2 On ;20-aD before me, Tannis Mattson � _ l •cn inscri npmw ;7n !d•fl n the ❑ inrJ personally appeared = who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. dZy Tannis Mattson My commission Expires 0211112024 ata Public Si na Ir] �0 1a1oe2t ry g (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This farm complies ivith current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed, should be completed and attached to the document Acknowledgments from other states 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 "V, (Title or description of attached document) . State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title (notary public). • Print the name(s) of document signers) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. helshe /the};- is /ere) or circling the correct forms. Failure to correctly indicate this • Individual (s) information may lead to rejection of document recording. • Corporate Officer e The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines, If seal impression smudges, re -seal if a (Title) sufficient area permits, otherwise complete a different acknowledgment form. • Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. • Attomey -in -Fact :• Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. v Indicate title or type of attached document, number of pages and date- Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, Cr", Secretary). " 015 Version www.NotaryGlasses,com 800 -873 -98635 • Securely attach this document to the signed document with a staple. Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Misty Witt Of Houston Texas , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed bylaw. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. d►+'eworvf 1S01rFORO, �' Op/pir{ State of Connecticut City of Hartford ss. By: Robert L. Raney, Se for Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. G Ter My Commission expires the 30th day of June, 2021 mOJkJt C J� � �1a * Marie C. Tetreault, Notary Public s This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and itis FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualt and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do her eb < < I ! b we and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and Dated this 20th day of April 2020 ,�1T ANO 4 µ Hil wro HARTFORfJ, ii / Kevin E. Hughes, Asst tant Secretary To verify the authenticity of this Power pof'tehe callus at 1- 800 -421 -3880, Please refer to the above -named Attorney -in -Fact and the etails bond to which the power is attached. Marsh 1 K 3 CITY OF LAKE ELSINORE CIP Project No. Z10059 REFERENCES DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10059 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: Name (Firm /Agency) County of San Diego Address 5560 Overland Ave STE 270 San Diego. CA 92123 Project Title FISCAL YEAR 2017 -2018 ROAD MAINTENANCE PROJECT ASPHALT CONCRETE OVERLAY "B" Project Location Various locations in San Diego County asphalt concrete overlay and pavement milling, pavement remediation, traffic delineation, curb ramp Type of Work retrofitting, minor concrete work, and video detection system installation. Project Manager Contact Soner Soylu, PE Phone 858 - 201 -0712 Dated Completed 12/2019 Contract Amount 9,394,893.00 Name (Firm /Agency) City of Chula Vista Address 276 4th Ave, Chula Vista CA 91910 Project Title Street Pavement Rehabilitation (Measure P) Project Location Various locations in the City of Chula Vista removal of damaged asphalt concrete pavement (cold milling), application of asphalt concrete (AC) Type of Work pavement, weed removal and treatment with herbicide, traffic control, adjustment of utilities and survey monuments Mike Schedine Project Manager Contact Sr.PW Insoeclor Phone 619- 337 -6000 Dated Completed 1/20/19 Contract Amount 6,271,500 Name (Firm /Agency) City of Oceanside _ Address 300 North Coast Highway Oceanside, CA 92054 Project Title Annual Overlay FY 2017 -18 Project Location Various Locations in Oceanside paving mat and hot mix asphalt containing recycled tire rubber. Included on all streets: adjustment of valve Type of Work cans and manholes, replacement of striping, pavement marking, and traffic signal loops Project Manager Contact Steven Strapac, City EngineerPhone 760- 435 -5105 Dated Completed 4/20/19 Contract Amount 5,965,332 C -16 CITY OF LAKE ELSINORE CIP Project No. Z10059 List any other projects (private, older than three (3) years, etc.) that may represent qualifying or similar experience: 4 Name (Firm /Agency) City of Chula Vista Address 276 4th Ave, Chula Vista CA 91910 Project Title MAJOR PAVEMENT REHABILITATION FY12/13 Project Location Various Locations Type of Work Overlay Project Manager Contact Mike Schedine Phone 858- 232 -1068 Dated Completed _ 11/2015 Contract Amount 4.176. 64 5. Name (Firm /Agency) City of Vista Address 200 Civic Center Dr Vista, CA 92084 Project Title City Overlay- Street Resurfacing Project Location Various Locations Type of Work Uverlay _ Project Manager Contact Paul Mochel Phone 858- 444 -6804 Dated Completed 9/2015 Contract Amount 5,115,330 Name (Firm /Agency) Cot of San Dipnn Address 5555 Overland Ave San Diego, CA 92123 Project Title County Overlay Project Location Various locations Type of Work _ Overlay Project Manager Contact Ian Nguyen Phone 858 - 232 -1068 Dated Completed 11/2013 ContractAmount 4,176.964 C -17 CITY OF LAKE ELSINORE CIP Project No. Z10059 CONTRACTOR INFORMATION DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10059 Contractor's License No.: 502506 Classy A a. Date first obtained: 12/8/1986 Expiration 3/31/2022 b. Has License ever been suspended or revoked? If yes, describe when and why: c. Any current claims against License or Bond? If yes, describe claims. no no Principals in Company (List all — attach additional sheets if necessary) NAME TITLE LICENSE NO. (If Applicable) David A. Donnelly, Assistant Secretary Ian R. Firth Vice President C -18 CITY OF LAKE ELSINORE CIP Project No. Z10059 VIOLATIONS OF FEDERAL, STATE OR LOCAL LAWS DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10059 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? ES NO (circle one) Federal / State AjLocal (circle one) If "YES," identify and describe, (including agency and status). incorrect wa 90.00 dollar fine Have the penalties been paid? EES 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 State Licensing Laws? YES (circle one) Code /Laws: N/A Section /Article: N/A If "yes," identify and describe, (including agency and status): Signature David A. Donnelly, Assistant Secretar r� Print Name Title Hanson Aggregates Pacific Southwest LLC DBA ATP General Engineering Contractors Contractor Name ,119 N/A CITY OF LAKE ELSINORE CIP Project No. Z10059 DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10059 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 regulation? YES / NO (circle one) If yes, provide the following information (if more than once, use separate sheets): Date: Location: Reason: Entity: Provide Status and any Supplemental Statement: Has your firm been reinstated by this entity? N/A YES / NO (circle one) N/A Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. C� Signature David A. Donnelly, Assistant Secretary Print Name Title cP Hanson Aggregates Pacific Southwest LLC DBA ATP General Engineering Contractors Contractor Name C -20 CITY OF LAKE ELSINORE CIP Project No. Z10059 If the Bidder fails to properly sign or omits the required signature, the bid will be considered non - responsive and will be rejected. DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10059 HONORABLE MAYOR AND CITY COUNCIL CITY OF LAKE ELSINORE, CALIFORNIA The undersigned hereby promises and agrees that in the performance of the work specified in this contract for Project No. Z10059 DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT Improvements, (1) (we) (it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary, primary or transmission facilities. The term "Qualified person" is defined in Title 8, California Administrative code, Section 2700, as follows: Qualified Person: A person who by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. C:_Z>W Signature By: David A. Donnelly, Name Assistant Secretary Title Hanson Aggregates Pacific Southwest LLC DBA ATP General Engineering. Contractors Contractor Name C -21 CITY OF LAKE ELSINORE CIP Project No. Z10059 PUBLIC CONTRACT CODE DOWNTOWN STREETS PAVEMENT REHABILITATION $ STRIPING PROJECT CIP PROJECT NO. Z10059 Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, State. 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 check mark 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 accordance 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. Public Contract Code 10232 Statement In accordance 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 immediate preceding two -year period because of the Contractor's failure to comply with an order of 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. Signature Date David A. Donnelly, Assistant Secretary Print Name Title Hanson Aggregates Pacific Southwest LLC DBA ATP General Engineering Contractors Contractor Name C -22 EXHIBIT B LIST OF SUBCONTRACTORS [ATTACHED] CITY OF LAKE ELSINORE CIP Project No. Z10059 DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10059 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: D I R #1000004547 License Number: 380204 DICK MILLER INC Address of Office, Mill or Shop: SAN MARCOS, CA Specific Description of Sub - Contract: and Bid Items of Work: MINOR PQQ LINE ITEMS, 6, 27-28,..29 ---,A--I, 6.27 _ 2 Name Under Which Subcontractor is Licensed: CINDY TRUMP INC. DIR # 1000008423 License Number: 754500 Address of Office, Mill or Shop: LA HABRA Specific Description of Sub - Contract: and Bid Items of Work GRINDING LINE ITEM 5 Name Under Which Subcontractor is Licensed: SPECIALTY PAVING, INC. 1000005929 License Number: 4074,1_7 Address of Office, Mill or Shop: L1NC_QLN, CA Specific Description of Sub - Contract: and Bid Items of Work:AC, E LINE ITEM 30- B-3 Name Under Which Subcontractor is Licensed. Pavement Rehab Company 1000064823 License Number: 1051374 Address of Office, Mill or Shop: COSTA MESA _ Specific Description of Sub - Contract: and Bid Items of Work: CRACK SEAL LINE ITEMS 1. 25.33 A -1. _25 QT? 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 -15 CITY OF LAKE ELSINORE CIP Project No. Z10059 O► I I ROM 1154) : DOWNTOWN STREETS PAVEMENT REHABILITATION & STRIPING PROJECT CIP PROJECT NO. Z10059 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: Superior Pavement Markings 1000001476 License Number:776306 Address of Office, Mill or Shop: CYPRESS, CA _ Specific Description of Sub - Contract: and Bid Items of Work: LINE ITEMS 7 -18 A - 7 -18 Name Under Which Subcontractor is Licensed. Pavement Coatings Co 1000003382 License Number:303609_ Address of Office, Mill or Shop: MIRA LOMA Specific Description of Sub - Contract: and Bid Items of Work Si I IRRx cE LINE ITEMS 1. 32 A -1 C -1 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 -15 f� ` NU MS PIICX,. 5 F` SLURRY SEAL TYPE II - 104,463 S.F. -' 2" GRIND AND OVERLAY - 618,480 S.F. 4� 3" GRIND /OVERLAY - 175,223 S.F. Rya ns, S'+ks E v � ISTORIC4 / b INTOW" ICE o EiSINOR Irk t7 � it h L7 IrF � Y ,Cj � � �. P� � 8 Lee tip se � t-c Y'•U �. i� � RI VE-T �Vd ? k; _ mill 51 t