HomeMy WebLinkAboutItem No. 16 CSA Hardy & Harper, Inc. Annual Asphalt Mintenance Program Z10002City of Lake Elsinore
LW811-Si no
130 South Main Street
Lake Elsinore, CA 92530
www.lake - elsinore.org
Ne °— IKikr- ' City Council Agenda Report
File Number: ID# 19 -630
Agenda Date: 6/23/2020 Version: 1 Status: Approval Final
In Control: City Council / Successor Aqency
Agenda Number: 16)
File Type: Council Consent
Calendar
Award Agreement for Contractor Services to Hardy & Harper, Inc., for the Annual Asphalt
Maintenance Program (AMP20) - CIP No. Z10002
Authorize the City Manager to award an agreement for Contractor Services to Hardy & Harper, Inc., for
the Annual Asphalt Maintenance Program (AMP20) - CIP No. Z10002, in an amount not to exceed
$310,000 per fiscal year, in such final form as approved by the City Attorney.
City of Lake Elsinore Page 1 Printed on 611812020
CITY OF
4
LADE LS MORE
L
DREAM EXTREME
REPORT TO CITY COUNCIL
To: Honorable Mayor and Members of the City Council
From: Grant Yates, City Manager
Prepared By: Catherine Eakins, Public Works Administrative Assistant
Date: June 23, 2020
Subject: Award Agreement for Contractor Services to Hardy & Harper, Inc., for the
Annual Asphalt Maintenance Program (AMP20) — CIP No. Z10002
Recommendation
Authorize the City Manager to award an agreement for Contractor Services to Hardy & Harper,
Inc., for the Annual Asphalt Maintenance Program (AMP20) — CIP No. Z10002, in an amount
not to exceed $310,000 per fiscal year, in such final form as approved by the City Attorney.
Background
The City contracts for street maintenance services. The scope of work consists of furnishing all
labor, materials, tools equipment and incidentals required to do street maintenance work.
Locations for crack seal & pothole repairs are decided through staff inspections and resident
requests. Work Orders are used to complete street repairs
Discussion
Asphalt Maintenance bid document were prepared, and the project was advertised for bids in
accordance with the requirements set forth in the California Public Contract Code on April 23,
2020. The asphalt maintenance program tracks the repairs of streets throughout the City. All
work orders specify the type and quantity of work.
The City received eleven (5) bids from qualified contractors on May 29, 2020
Staff has reviewed and verified all bids for comparison and Hardy & Harper, Inc., was
determined to be the lowest responsive bidder. Bids were submitted based on estimate
quantities for the cost analysis only and not a reflection of contract amount. The unit prices
received involve the removal and replacement of asphalt. Hardy & Harper, Inc., currently
provides asphalt maintenance services to the City. Staff is very satisfied with their quality of
work.
Fiscal Impact
Annual Asphalt Maintenance Program (AMP20) Agreement
June 23, 2020
Page 2
The Annual Asphalt Maintenance Program (AMP20) is included in the Capital Improvement
Plan (CIP) budget.
Exhibits
A — Agreement
B - Proposal
AGREEMENT FOR CONTRACTOR SERVICES
Hardy & Harper, Inc.
Annual Asphalt Maintenance Program (AMP20) CIP Project No. Z10002
This Agreement for Professional Services (the "Agreement ") is made and entered into as
of June 23, 2020, by and between the City of Lake Elsinore, a municipal corporation ( "City ") and
Hardy & Harper, Inc., a Corporation ( "Contractor ").
RECITALS
A. The City has determined that it requires the following professional services:
Asphalt maintenance services.
B. Contractor has submitted to City a proposal, dated May 29, 2020, attached hereto
as Exhibit A ( "Contractor's Proposal ") and incorporated herein, to provide professional services
to City pursuant to the terms of this Agreement.
C. Contractor possesses the skill, experience, ability, background, certification and
knowledge to perform the services described in this Agreement on the terms and conditions
described herein.
D. City desires to retain Contractor to perform the services as provided herein and
Contractor desires to provide such professional services as set forth in this Agreement.
AGREEMENT
1. Scope of Services. Contractor shall perform the services described in Contractor's
Proposal (Exhibit A). Contractor shall provide such services at the time, place, and in the manner
specified in Contractor's Proposal, subject to the direction of the City through its staff that it may
provide from time to time.
2. Time of Performance.
a. Time of Essence. Time is of the essence in the performance of this
Agreement. The time for completion of the professional services to be performed by Contractor is
an essential condition of this Agreement. Contractor shall prosecute regularly and diligently the
professional services contemplated pursuant to this Agreement according to the agreed upon
performance schedule in Contractor's Proposal (Exhibit A).
b. Performance Schedule. Contractor shall commence the services pursuant
to this Agreement upon receipt of a written notice to proceed and shall perform all services within
the time period(s) established in the Contractor's Proposal (Exhibit A). When requested by
Contractor, extensions to the time period(s) specified may be approved in writing by the City
Manager.
C. Term and Compliance with Task/Work Order System. Unless earlier
terminated as provided elsewhere in this Agreement, this Agreement shall continue in full force
and effect for a period commencing on July 1, 2020 and ending June 30, 2023. The City may, at
its sole discretion, extend the term of this Agreement on a 12 -month basis not to exceed 2
Page 1
additional twelve (12) month renewal terms by giving written notice thereof to Contractor not less
than thirty (30) days before the end of the contract term, such notice to be exercised by the City
Manager.
Contractor hereby agrees and acknowledges that any and all work or services
performed pursuant to this Agreement shall be based upon the issuance of a Task/Work Order
by the City. Contractor acknowledges that it is not guaranteed any minimum or specific amount
of work or services as all work or services shall be authorized through a Task/Work Order issued
by the City.
3. Compensation.
a. Compensation to be paid to Contractor shall be in accordance with the
fees set forth in Contractor's Proposal (Exhibit A), which is attached hereto and incorporated
herein by reference. In no event shall Contractor's annual compensation exceed Three Hundred
Ten Thousand Dollars per fiscal year ($310,000) without additional written authorization from the
City. Notwithstanding any provision of Contractor's Proposal to the contrary, out of pocket
expenses set forth in Exhibit A shall be reimbursed at cost without an inflator or administrative
charge. Payment by City under this Agreement shall not be deemed a waiver of defects, even if
such defects were known to the City at the time of payment.
4. Method of Payment. Contractor shall promptly submit billings to the City describing
the services and related work performed during the preceding month to the extent that such
services and related work were performed. Contractor's bills shall be segregated by project task,
if applicable, such that the City receives a separate accounting for work done on each individual
task for which Contractor provides services. Contractor's bills shall include a brief description of
the services performed, the date the services were performed, the number of hours spent and by
whom, and a description of any reimbursable expenditures. City shall pay Contractor no later
than forty -five (45) days after receipt of the monthly invoice by City staff.
5. Background Checks. At any time during the term of this Agreement, the City
reserves the right to make an independent investigation into the background of Contractor's
personnel who perform work required by this Agreement, including but not limited to their
references, character, address history, past employment, education, social security number
validation, and criminal or police records, for the purpose of confirming that such personnel are
lawfully employed, qualified to provide the subject service or pose a risk to the safety of persons
or property in and around the vicinity of where the services will be rendered or City Hall. If the City
makes a reasonable determination that any of Contractor's prospective or then current personnel
is deemed objectionable, then the City may notify Contractor of the same. Contractor shall not
use that personnel to perform work required by this Agreement, and if necessary, shall replace
him or her with a suitable worker.
6. Suspension or Termination.
a. The City may at any time, for any reason, with or without cause, suspend
or terminate this Agreement, or any portion hereof, by serving upon the Contractor at least ten
(10) days prior written notice. Upon receipt of such notice, the Contractor shall immediately cease
all work under this Agreement, unless the notice provides otherwise. If the City suspends or
Page 2
terminates a portion of this Agreement such suspension or termination shall not make void or
invalidate the remainder of this Agreement.
b. In the event this Agreement is terminated pursuant to this Section, the City
shall pay to Contractor the actual value of the work performed up to the time of termination,
provided that the work performed is of value to the City. Upon termination of the Agreement
pursuant to this Section, the Contractor will submit an invoice to the City, pursuant to Section
entitled "Method of Payment" herein.
7. Plans, Studies, Documents.
a. Ownership of Documents. All plans, studies, documents and other writings
prepared by and for Contractor, its officers, employees and agents and subcontractors in the
course of implementing this Agreement, except working notepad internal documents, shall
become the property of the City upon payment to Contractor for such work, and the City shall
have the sole right to use such materials in its discretion without further compensation to
Contractor or to any other party. Contractor shall, at Contractor's expense, provide such reports,
plans, studies, documents and other writings to City upon written request. City shall have sole
determination of the public's rights to documents under the Public Records Act, and any third -
party requests of Contractor shall be immediately referred to City, without any other actions by
Contractor.
b. Licensing of Intellectual Property. This Agreement creates a nonexclusive
and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights,
designs, and other intellectual property embodied in plans, specifications, studies, drawings,
estimates, and other documents or works of authorship fixed in any tangible medium of
expression, including but not limited to, physical drawings or data magnetically or otherwise
recorded on computer diskettes, which are prepared or caused to be prepared by Contractor
under this Agreement ( "Documents & Data "). Contractor shall require that all subcontractors
agree in writing that City is granted a nonexclusive and perpetual license for any Documents &
Data the subcontractor prepares under this Agreement. Contractor represents and warrants that
Contractor has the legal right to license any and all Documents & Data. Contractor makes no
such representation and warranty in regard to Documents & Data which were prepared by design
professionals other than Contractor or provided to Contractor by the City. City shall not be limited
in any way in its use of the Documents & Data at any time, provided that any such use not within
the purposes intended by this Agreement shall be at City's sole risk.
C. Confidentiality. All ideas, memoranda, specifications, plans, procedures,
drawings, descriptions, computer program data, input record data, written information, and other
Documents & Data either created by or provided to Contractor in connection with the performance
of this Agreement shall be held confidential by Contractor. Such materials shall not, without the
prior written consent of City, be used by Contractor for any purposes other than the performance
of the services under this Agreement. Nor shall such materials be disclosed to any person or
entity not connected with the performance of the services under this Agreement. Nothing
furnished to Contractor which is otherwise known to Contractor or is generally known, or has
become known, to the related industry shall be deemed confidential. Contractor shall not use
City's name or insignia, photographs relating to project for which Contractor's services are
rendered, or any publicity pertaining to the Contractor's services under this Agreement in any
magazine, trade paper, newspaper, television or radio production or other similar medium without
the prior written consent of City.
Page 3
8. Contractor's Books and Records.
a. Contractor shall maintain any and all ledgers, books of account, invoices,
vouchers, canceled checks, and other records or documents evidencing or relating to charges for
services, or expenditures and disbursements charged to City for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to Contractor to this
Agreement.
b. Contractor shall maintain all documents and records which demonstrate
performance under this Agreement for a minimum period of three (3) years, or for any longer
period required by law, from the date of termination or completion of this Agreement.
C. Any records or documents required to be maintained pursuant to this
Agreement shall be made available for inspection or audit, at any time during regular business
hours, upon written request by the City Manager, City Attorney, City Auditor or a designated
representative of these officers. Copies of such documents shall be provided to the City for
inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually
agreed upon, the records shall be available at Contractor's address indicated for receipt of notices
in this Agreement.
d. Where City has reason to believe that such records or documents may be
lost or discarded due to dissolution, disbandment or termination of Contractor's business, City
may, by written request by any of the above -named officers, require that custody of the records
be given to the City and that the records and documents be maintained in City Hall. Access to
such records and documents shall be granted to any party authorized by Contractor, Contractor's
representatives, or Contractor's successor -in- interest.
9. Independent Contractor.
a. Contractor is and shall at all times remain as to the City a wholly
independent contractor pursuant to California Labor Code Section 3353. The personnel
performing the services under this Agreement on behalf of Contractor shall at all times be under
Contractor's exclusive direction and control. Neither City nor any of its officers, employees, or
agents shall have control over the conduct of Contractor or any of Contractor's officers,
employees, or agents, except as set forth in this Agreement. Contractor shall not at any time or
in any manner represent that it or any of its officers, employees, or agents are in any manner
officers, employees, or agents of the City. Contractor shall not incur or have the power to incur
any debt, obligation, or liability whatsoever against City, or bind City in any manner.
b. Notwithstanding any other federal, state and local laws, codes, ordinances
and regulations to the contrary and except for the fees paid to Contractor as provided in the
Agreement, Contractor and any of its employees, agents, and subcontractors providing service
under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any
claims to, any compensation, benefit, or any incident of employment by City, including but not
limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution
to be paid by City for employer contribution and /or employee contributions for PERS benefits.
10. PERS Eligibility Indemnification. In the event that Contractor or any employee,
agent, or subcontractor of Contractor providing services under this Agreement claims or is
determined by a court of competent jurisdiction or the California Public Employees Retirement
System (PERS) to be eligible for enrollment in PERS as an employee of the City, Contractor shall
indemnify, defend, and hold harmless City for the payment of any employee and /or employer
Page 4
contributions for PERS benefits on behalf of Contractor or its employees, agents, or
subcontractors, as well as for the payment of any penalties and interest on such contributions,
which would otherwise be the responsibility of City.
11. Interests of Contractor. Contractor (including principals, associates and
professional employees) covenants and represents that it does not now have any investment or
interest in real property and shall not acquire any interest, direct or indirect, in the area covered
by this Agreement or any other source of income, interest in real property or investment which
would be affected in any manner or degree by the performance of Contractor's services
hereunder. Contractor further covenants and represents that in the performance of its duties
hereunder no person having any such interest shall perform any services under this Agreement.
Contractor is not a designated employee within the meaning of the Political Reform Act
because Contractor:
a. will conduct research and arrive at conclusions with respect to his /her
rendition of information, advice, recommendation or counsel independent of the control and
direction of the City or of any City official, other than normal agreement monitoring; and
b. possesses no authority with respect to any City decision beyond rendition
of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).)
12. Professional Ability of Contractor. City has relied upon the professional training
and ability of Contractor to perform the services hereunder as a material inducement to enter into
this Agreement. Contractor shall therefore provide properly skilled professional and technical
personnel to perform all services under this Agreement. All work performed by Contractor under
this Agreement shall be in accordance with applicable legal requirements and shall meet the
standard of quality ordinarily to be expected of competent professionals in Contractor's field of
expertise.
13. Compliance with Laws.
a. Contractor shall comply with all local, state and federal laws and
regulations applicable to the services required hereunder, including any rule, regulation or bylaw
governing the conduct or performance of Contractor and /or its employees, officers, or board
members.
b. Contractor represents that it has obtained and will maintain at all times
during the term of this Agreement all professional and /or business licenses, certifications and /or
permits necessary for performing the services described in this Agreement, including a City
business license.
14. Licenses. Contractor represents and warrants to City that it has the licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required
of Contractor to practice its profession. 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.
15. 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,
Page 5
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.
16. Insurance Requirements.
a. Insurance. Contractor, at Contractor's own cost and expense, shall
procure and maintain, for the duration of the contract, 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. 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.
Page 6
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.
iv. 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 Contractors. 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 liability and automobile liability insurance
policy shall be with insurers possessing a Best's rating of no less than A:VI I and shall be endorsed
with the following specific language:
i. Notwithstanding any inconsistent statement in any required
insurance policies or any subsequent endorsements attached thereto, the protection
offered by all policies, except for Workers' Compensation, shall bear an endorsement
whereby it is provided that, the City and its officers, employees, servants, volunteers and
agents and independent contractors, including without limitation, the City Manager and
City Attorney, are named as additional insureds. Additional insureds shall be entitled to
the full benefit of all insurance policies in the same manner and to the same extent as any
other insureds and there shall be no limitation to the benefits conferred upon them other
than policy limits to coverages.
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
Page 7
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.
17. 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: Hardy & Harper, Inc.
Attn: Steve Kirschner
1312 E. Warner Avenue
Santa Ana, CA 92705
18. Assignment and Subcontracting. The parties recognize that a substantial
inducement to City for entering into this Agreement is the professional reputation, experience and
competence of Contractor and the subcontractors listed in Exhibit B. 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. Contractor shall not subcontract any portion of the work to be
performed under this Agreement except as provided in Exhibit B without the written authorization
of the City. If City consents to such subcontract, Contractor shall be fully responsible to City for
all acts or omissions of those subcontractors. 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.
19. 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.
20. 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.
Page 8
21. 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.
22. 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.
23. 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.
24. Prevailing Wages. Contractor is aware of the requirements of California Labor
Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8,
Section 16000, et seq., ( "Prevailing Wage Laws "), which require the payment of prevailing wage
rates and the performance of other requirements on "public works" and "maintenance" projects.
Contractor agrees to fully comply with all applicable federal and state labor laws (including, without
limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties that, in connection
with the Work or Services provided pursuant to this Agreement, Contractor shall bear all risks of
payment or non - payment of prevailing wages under California law, and Contractor hereby agrees
to defend, indemnify, and hold the City, and its officials, officers, employees, agents, and
volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure
to comply with the Prevailing Wage Laws. The foregoing indemnity shall survive termination of
this Agreement.
25. 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.
26. 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.
27. Authority to Enter Agreement. 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
Page 9
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) nonmonetary
changes in the scope of services; and /or (d) suspend or terminate the Agreement.
28. Counterparts. 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.
29. Entire Agreement; Incorporation; Conflict. This Agreement contains the entire
understanding between the parties relating to the obligations described herein. All prior or
contemporaneous understandings, agreements, representations and statements, oral or written,
are superseded in total by this Agreement and shall be of no further force or effect. Contractor's
Proposal is incorporated only for the description of the scope of services and /or the schedule of
performance and no other terms and conditions from such proposal shall apply to this Agreement
unless specifically agreed to in writing. In the event of conflict, this Agreement shall take
precedence over those contained in the Contractor's Proposal.
30. 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.
[Signatures on next page]
Page 10
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the
date first written above.
Click or tap here to enter text.
"CITY"
CITY OF LAKE ELSINORE, a municipal
corporation
Grant Yates, City Manager
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
Risk Manager
Attachments: Exhibit A — Contractor's Proposal
Exhibit B — List of Subcontractors
"CONTRACTOR"
Hardy & Harper, Inc., a Corporation
By: Steve Kirschner
Its: Vice President
Page 11
EXHIBIT A
CONTRACTOR'S PROPOSAL
[ATTACHED]
EXHIBIT B
LIST OF SUBCONTRACTORS
[ATTACHED]
CITY OF
LADE LSIIYOIZE
-�� A DREAM EXTREME
ADDENDUM NO. 1
Asphalt Maintenance Program — Project No. Z10002
April 24, 2020
Addendum No. 1 to correct Notice Inviting Bids and Bid Document Pages 1, and 3.
Changes made to reflect 'Electronic Only' bid process via PlanetBids.
Please acknowledge Addendum No. 1 with your signature and date and include it with your
BID submittal. BID's are due May 29, 2020 by 3:00 P.M.
ADDENDA NO. 1— 4/24/2020
CITY OF
LADE LSINORE
- - DREAm EXTREME-
NOTICE INVITING BIDS
NOTICE IS HEREBY GIVEN that the City of Lake Elsinore, is accepting sealed Bids for a contract
for commercial asphalt maintenance services generally described as: ANNUAL ASPHALT
MAINTENANCE PROGRAM - PROJCT NO. Z10002
The City of Lake Elsinore ( "City ") will receive electronic bids only for the Annual Asphalt Maintenance
Program — Project No. Z10002 no later than May 29, 2020 at 3:00 PM. The electronic bid management
system will not accept late bids. Bids shall be valid for 90 calendar days after the bid opening date.
Bids will be opened, examined and declared through the electronic bidding process via PlanetBids
on May 29, 2020 at 3:00 p.m.
SCOPE OF WORK is for the Annual Asphalt Maintenance Program which consists of furnishing all
materials, equipment, tools, labor and incidentals for maintenance, repair, and construction of asphalt
pavement located within Lake Elsinore city limits. The amount of work to be assigned is determined
by the annual budget approved by the City Council.
Obtaining Bid Documents. Bidders may obtain the specifications documents through the City's
website at www.lake- elsinore.orq under the Bids /RFPs section or through PlanetBids
(www.planetbids.com), there will not be a charge to download. Although the plans, specifications,
and bid documents may be obtained from other electronic sources, including the City's website, only
the electronic documents downloaded directly from PlanetBids will be considered to be official
documents of the City of Lake Elsinore. Addenda will be delivered by email only to those that provide
the required information through PlanetBids.
The bidder is solely responsible for "on time' submission of their electronic bid. The City will only
consider bids that have been transmitted successfully and have been issued an ebid confirmation
number with a time stamp from the Bid Management System indicating that bid was submitted
successfully. Transmission of bids by any other means will not be accepted. Bidder shall be solely
responsible for informing itself with respect to the proper utilization of the bid management system, for
ensuring the capability of their computer system to upload the required documents, and for the stability
of their internet service. Failure of the bidder to successfully submit an electronic bid shall be at the
bidder's sole risk and no relief will be given for late and /or improperly submitted bids. Bidders
experiencing any technical difficulties with the bid submission process may contact PlanetBids at (818)
992 -1771. No facsimile bids shall be accepted by the City.
In compliance with SB 854, bids from contractors or subcontractors that are not currently registered
as required will be deemed nonresponsive, and no contractor or subcontractor will be allowed
to work on a City project unless they are registered with the DIR pursuant to Labor Code Section
1725.5.
The City Council of the City of Lake Elsinore reserves the right to reject any or all bids, and /or waive
any information on a bid. No bidder may withdraw his bid for a period of sixty (60) days after the date
set for the opening thereof.
For further information, please contact Julian Perez, Public Works Supervisor at jperez(a2lake-
elsinore.ora or by phone at (951) 674 -5170 Ext 293 and copy Catherine Eakins, Administrative
Assistant, at ceakinsCa)lake- elsinore.org, Phone No. (951) 674 -5170 Ext 241.
Candice Alvarez
City Clerk
CITY OF
LAKE jr LSINO
DREAM EXTREME
ADDENDUM NO. 2
Asphalt Maintenance Program — Project No. Z10002
May 14, 2020
Addendum No. 2 — Cover Page and Page 1— Notice Inviting Bids - Scope
Asphalt Maintenance Program — FY20 -21 Budget Total $200,000.
Please acknowledge Addendum No. 2 with your signature and date and include it with your
BID submittal. BID's are due May 29, 2020 by 3:00 P.M.
CITY OF ADDENDA NO. 2 — 5/14/2020
�,��
LADE LSINME
-�? DREA.
NOTICE INVITING BIDS
NOTICE IS HEREBY GIVEN that the City of Lake Elsinore, is accepting sealed Bids for a contract
for commercial asphalt maintenance services generally described as: ANNUAL ASPHALT
MAINTENANCE PROGRAM - PROJCT NO. Z10002
The City of Lake Elsinore ( "City ") will receive electronic bids only for the Annual Asphalt Maintenance
Program — Project No. Z10002 no later than May 29, 2020 at 3:00 PM. The electronic bid management
system will not accept late bids. Bids shall be valid for 90 calendar days after the bid opening date.
Bids will be opened, examined and declared through the electronic bidding process via PlanetBids
on May 29, 2020 at 3:00 p.m.
SCOPE OF WORK is for the Annual Asphalt Maintenance Program which consists of furnishing all
materials, equipment, tools, labor and incidentals for maintenance, repair, and construction of asphalt
pavement located within Lake Elsinore city limits. The amount of work to be assigned is determined
by the annual budget approved by the City Council. Total Budget for FY20 -21 $200,000.
Obtaining Bid Documents. Bidders may obtain the specifications documents through the City's
website at www.lake- elsinore.oro under the Bids /RFPs section or through PlanetBids
(www.planetbids.com), there will not be a charge to download. Although the plans, specifications,
and bid documents may be obtained from other electronic sources, including the City's website, only
the electronic documents downloaded directly from PlanetBids will be considered to be official
documents of the City of Lake Elsinore. Addenda will be delivered by email only to those that provide
the required information through PlanetBids.
The bidder is solely responsible for "on time' submission of their electronic bid. The City will only
consider bids that have been transmitted successfully and have been issued an ebid confirmation
number with a time stamp from the Bid Management System indicating that bid was submitted
successfully. Transmission of bids by any other means will not be accepted. Bidder shall be solely
responsible for informing itself with respect to the proper utilization of the bid management system, for
ensuring the capability of their computer system to upload the required documents, and for the stability
of their internet service. Failure of the bidder to successfully submit an electronic bid shall be at the
bidder's sole risk and no relief will be given for late and /or improperly submitted bids. Bidders
experiencing any technical difficulties with the bid submission process may contact PlanetBids at (818)
992 -1771. No facsimile bids shall be accepted by the City.
In compliance with SB 854, bids from contractors or subcontractors that are not currently registered
as required will be deemed nonresponsive, and no contractor or subcontractor will be allowed
to work on a City project unless they are registered with the DIR pursuant to Labor Code Section
1725.5.
The City Council of the City of Lake Elsinore reserves the right to reject any or all bids, and /or waive
any information on a bid. No bidder may withdraw his bid for a period of sixty (60) days after the date
set for the opening thereof.
For further information, please contact Julian Perez, Public Works Supervisor at iperez @lake-
elsinore.org or by phone at (951) 674 -5170 Ext 293 and copy Catherine Eakins, Administrative
Assistant, at ceakins lake- elsinore.org, Phone No. (951) 674 -5170 Ext 241.
Candice Alvarez
City Clerk
CITY OE r�ARR,
LADE LSINOKE
� DREAM EXTREME
ADDENDUM NO. 3
Asphalt Maintenance Program — Project No. Z10002
May 22, 2020
Addendum No. 3
1. Amendment — Replace Construction Agreement with Contractor Services
Agreement - Pages 18 through 26
Please acknowledge Addendum No. 3 with your signature and date and include it with your
BID submittal. BID's are due May 29, 2020 by 3:00 P.M.
ADDENDA NO.3- 5/22/2020
CITY OF LAKE ELSINORE
CALIFORNIA
CONTRACT DOCUMENTS, SPECIFICATIONS AND PLANS
FOR
ANNUAL ASPHALT MAINTENANCE PROGRAM AMP20
[@]I j]: T-* a 1=N L` [61 W 4i I1 Z 1I f m
1c '
April 23, 2020
0
e'���0000
V,
Proposals will be received at the Office of the City Clerk, City Hall, City of Lake Elsinore,
130 South Main Street, Lake Elsinore, California, 92530, until 3:00 p.m. on Mav 29. 2020
Project Specifications & Contract Documents
ANNUAL ASPHALT MAINTENANCE PROGRAM
APM20
PREAMBLE
The contract documents contained herein include the following:
• Notice Inviting Bids
• Documents associated with the Bidder's Proposal
• Documents associated with the Agreement
• Special Provisions
• Appendix
The Special Provisions contained herein supplements or modifies the Standard Specifications for Public
Works construction (Greenbook) latest edition. The Special Provisions include the General Provisions and
Technical Provisions. The General Provisions have been arranged in the same subject numbering format
that parallels the Standard Specifications with added subsections. The Technical Provisions are written to
the subject as addressed in Parts 2 through 6 of the Standard Specifications.
Each and every provision of law required to be inserted in the Contract Documents shall be deemed
to be inserted therein, and the Contract Documents shall be read and enforced as though it were
included therein.
Notice Inviting Bids .............................
Bidder's Proposal ..............................
Addenda Acknowledgement ..............
Required Subcontractors Information
Bid Schedule ...... ...............................
Non - Collusion Affidavit ......................
Bidder's Bond ..... ...............................
List of References .............................
Agreement.......... ...............................
Faithful Performance Bond ................
Labor and Materials Payment Bond ..
TABLE OF CONTENTS
it
SPECIAL PROVISIONS
PART 1 - General Provisions
SECTION 1 - Definitions, Terms, Abbreviations, Units of Measure & Symbols 31
SECTION 2 - Scope and Control of Work ............................. ...............................
38
SECTION 3 — Changes Initiated by the Agency ............ ...............................
47
SECTION 4 - Control of Materials ........................................... ...............................
59
SECTION5 - Utilities ............................................................ ...............................
62
SECTION 6 - Prosecution, Progress, Acceptance of Work . ...............................
64
SECTION 7 - Responsibilities of the Contractor ............... ...............................
67
SECTION 8 - Facilities for Agency Personnel ................. ...............................
82
SECTION 9 - Measurement and Payment .............................. ...............................
82
TABLE OF CONTENTS (cont.)
PART 2 - Technical Provisions
Project Specific Scope of Work
APPENDIX
85
A - WORK ORDER
B - CERTIFIED PAYROLL FORM
C - DIG ALERT DELINEATION FOR UNDERGROUND SERVICE MARKINGS
iii
CITY OF
LAKE LSIIYC�IZE
D.ae...., FBI.[`. e—
NOTICE INVITING BIDS
NOTICE IS HEREBY GIVEN that the City of Lake Elsinore, is accepting sealed Bids for a contract for
commercial asphalt maintenance services generally described as: ANNUAL ASPHALT MAINTENANCE
PROGRAM - PROJCT NO. Z10002
The City of Lake Elsinore ( "City') will receive electronic bids only for the Annual Asphalt Maintenance
Program — Project No. Z10002 no later than May 29, 2020 at 3:00 PM. The electronic bid management
system will not accept late bids. Bids shall be valid for 90 calendar days after the bid opening date. Bids
will be opened, examined and declared through the electronic bidding process via PlanetBids on May
29, 2020 at 3:00 p.m.
SCOPE OF WORK is for the Annual Asphalt Maintenance Program which consists of furnishing
all materials, equipment, tools, labor and incidentals for maintenance, repair, and construction
of asphalt pavement located within Lake Elsinore city limits. The amount of work to be assigned
is determined by the annual budget approved by the City Council. Total Budget for FY20 -21
$200,000.
Obtaining Bid Documents. Bidders may obtain the specifications documents through the City's
website at www.lake- elsinore.org under the Bids /RFPs section or through PlanetBids
(www.planetbids.com), there will not be a charge for downloading documents. Although the
plans, specifications, and bid documents may be obtained from other electronic sources,
including the City's website, only the electronic documents downloaded directly from PlanetBids
will be considered to be official documents of the City of Lake Elsinore. Addenda will be delivered
by email only to those that provide the required information through PlanetBids.
The bidder is solely responsible for "on time" submission of their electronic bid. The City will
only consider bids that have been transmitted successfully and have been issued an ebid
confirmation number with a time stamp from the Bid Management System indicating that bid was
submitted successfully. Transmission of bids by any other means will not be accepted. Bidder
shall be solely responsible for informing itself with respect to the proper utilization of the bid
management system, for ensuring the capability of their computer system to upload the required
documents, and for the stability of their internet service. Failure of the bidder to successfully
submit an electronic bid shall be at the bidder's sole risk and no relief will be given for late and /or
improperly submitted bids. Bidders experiencing any technical difficulties with the bid
submission process may contact PlanetBids at (818) 992 -1771. No facsimile bids shall be
accepted by the City.
In compliance with SB 854, bids from contractors or subcontractors that are not currently
registered as required will be deemed nonresponsive, and no contractor or subcontractor will
be allowed to work on a City project unless they are registered with the DIR pursuant to Labor
Code Section 1725.5.
The City Council of the City of Lake Elsinore reserves the right to reject any or all bids, and /or
waive any information on a bid. No bidder may withdraw his bid for a period of sixty (60) days
after the date set for the opening thereof.
For further information, please contact Julian Perez, Public Works Supervisor at ioerez(a)lake-
elsinore.ong or by phone at (951) 674 -5170 Ext 293 and copy Catherine Eakins, Administrative
Assistant, at ceakins @lake- elsinore.oro, Phone No. (951) 674 -5170 Ext 241.
Candice Alvarez, City Clerk
BID DOCUMENT
AMP20
April 23, 2020
BID PROPOSALS
Annual Asphalt Maintenance Program FY20/21 AMP20
The City of Lake Elsinore, hereinafter referred to as the City, is inviting proposals from
qualified firms to bid on the Annual Asphalt Maintenance Program which consists of
furnishing all materials, equipment, tools, labor and incidentals for maintenance, repair, and
construction of Concrete pavement located within Lake Elsinore city limits. The amount of
work to be assigned is determined by the annual budget approved by the City Council. To be
considered for this contract, your firm must meet the qualifications and satisfy the
requirements as stated in this BID PROPOSALS (BIDs).
The following is the City's tentative schedule for the selection of a consulting firm:
1. Request for Proposal:
2. Deadline for Questions:
3. Deadline for Submitting BID:
4. Review and Evaluation:
5. Award of Contract:
April 23, 2020
April 27, 2020, no later than 4:00 p.m.
May 29, 2020 at 3pm
June 1 — 5, 2020
June 9, 2020
All questions regarding this BID must be directed to Julian Perez, Public Works
Supervisor at iperezalake- elsinore.om.
Contact with City of Lake Elsinore personnel other than those listed above regarding
this BID may be grounds for elimination from the selection process.
iA
BID DOCUMENT
AM P20
TIME OF COMPLETION
The Annual Asphalt Maintenance work will be assigned on a job order basis as needed. The term of this
agreement will be for a one -year period and may be renewable in one year increments up to a maximum
of three years by mutual agreement. All work must be started within Ten (10) working days after the date
of work order authorization.
OBTAINING BIDDING DOCUMENTS
Bidding documents may be obtained as follows:
A. Electronic
Bidding documents may be downloaded online through the City's website at http: / /www.lake-
elsinore.org /city- hall /city- departments /city - clerk/bids -BIDs and on Planet Bids
Total Cost Per Set .........$0.00
For additional information regarding the purchase or delivery of Contract documents, please call
Catherine Eakins on 951.674.5170 Ext. 241.
PROPOSAL AND PROPOSAL GUARANTEE
All Proposals are to be compared on the basis of the Engineer's estimate of the quantities of work to
be done. No Proposal will be accepted unless it is made on the Bidder's Proposal forms furnished by
the City.
Each Proposal shall be accompanied by cash or a certified check or cashier's check or Bidder's Bond
in the amount of ten percent (10 %) of the total bid price payable to the City of Lake Elsinore as a
guarantee that the Bidder, if his or her Proposal is accepted, will execute the Agreement, secure and
furnish proof of Workers' Compensation Insurance, furnish any other insurance certificates as
required, and furnish a Faithful Performance Bond in the amount of one hundred percent (100 %) of
the total bid price, Labor and Materials Bond in the amount of one hundred percent (100 %) of the
total bid price, within fourteen (14) calendar days after the date of the receipt of the contract. Failure
to execute and furnish said documents, within said 14 days, shall be just cause for the annulment of
the award and forfeiture of the Proposal guarantee pursuant to the provisions of Section 20172 of the
California Public Contract Code. The City will retain the Proposal guarantee of the first, second, and
third lowest responsible Bidders until such time as the Agreement is executed. The Proposal
guarantees submitted by all other Bidders will be released within thirty (30) days after the date of the
Award of Contract.
3. STATE LICENSE
No Bid will be accepted from a Bidder who is not fully and properly licensed as a Contractor for the
work to be done under the Contract in accordance with the Provisions of Chapter 9 of Division 3,
Commencing with Section 7000 of the Business and Professions Code of the State of California, at
the time the Bidder submits the Bid. (B &P 7028.15) The prime Contractor shall have a Class "A"
BID DOCUMENT
AM P20
Contractor's license or a combination of Specialty Class "C" licenses sufficient to cover all of the work
to be performed by the prime Contractor. All subcontractors shall be properly licensed.
4. OWNER'S RIGHT RESERVED
Within such limits as may be prescribed by law, the City Council of the City of Lake Elsinore reserves
the right to reject any and all Bids, to accept, reject or waive a minor variance in a Bid, to waive any
informality in a Bid or accept the Bid or Bids that best serve the interests of the City.
5. WORK PERFORMED BY CONTRACTOR
The successful Bidder shall perform, with its own organization, Contract work amounting to at least 50
percent (50 %) of the Contract price, except that any designated "Specialty Items" may be performed by
subcontract and the amount of any such "Specialty Items" may be deducted from the Contract price
before computing the amount of work required to be performed by the Contractor.
6. WAGE RATES
This is a public works project requiring payment of prevailing wage rates. Pursuant to the Provision of
Section 1773 of the Labor Code of the State of California, the City of Lake Elsinore has obtained the
general prevailing rates of per diem wages and the general prevailing rate for holiday and overtime work
applicable to the work to be done. Said rates are on file with the Public Works Division of the City of Lake
Elsinore and copies will be made available to any interested party on request. These rates shall be the
minimum wage rates for this project. The Contractor shall post a copy of said rates at the job site
throughout the period of work on this project. The Contractor shall see that all employees of both the
prime Contractor and subcontractors are being paid rates equal to or greater than the said rates.
7. PAYMENT RETENTION OPTION
Pursuant to California Public Contract Code Section 22300, the Contractor will be permitted the
substitution of securities for any monies withheld by the City of Lake Elsinore to ensure performance
under Contract. At the request and expense of the Contractor, securities equivalent to the amount
withheld shall be deposited with the City of Lake Elsinore, or with the state or federally chartered bank as
the escrow agent, who shall pay such monies to the Contractor after satisfactory completion of the
Contract. Securities eligible for investment under this section shall include those listed in Section 16430
of the Government Code, bank or savings and loan certificates of deposit, interest - bearing demand
deposit accounts, and standby letters of credit. The Contractor shall be the beneficial owner of any
securities substituted for monies withheld and shall receive any dividends and interest thereon.
8. TECHNICAL INFORMATION
For technical information relating to the details of the proposed project and bidding requirements, please
contact the Public Works Division of the City of Lake Elsinore at 521 N Langstaff Street, Lake Elsinore,
California 92530, or by telephone 951.674.5170 Ext. 293 Julian Perez, Public Works Supervisor.
BIDDER'S PROPOSAL
AND
OTHER DOCUMENTS
Asphalt Maintenance Program
BIDDER'S PROPOSAL
APM20
BIDDER'S PROPOSAL
ANNUAL ASPHALT MAINTENANCE PROGRAM
APM20
TO THE HONORABLE MAYOR AND CITY
COUNCIL of the City of Lake Elsinore, California
From (Bidder): Hardy & Harper, Inc.
This Proposal has been submitted to the:
Location: City Clerk, City of Lake Elsinore
130 South Main Street
Lake Elsinore, CA 92530
Time: 3:00 p.m.
Date: May 29, 2020
Mailing Location: City Clerk, City of Lake Elsinore
130 South Main Street
Lake Elsinore, CA 92530
2. Accompanying this Bidder's Proposal is cash, a cashier's check, certified check, or Bidder's Bond,
as the case may be, payable to the City of Lake Elsinore in the amount of $ 10% , (figures)
which is equal to at least ten percent (10 %) of the total amount of bid, pursuant to the Provisions
of Section 20171 of the Public Contract Code.
3. In compliance with the Notice Inviting Bids, the undersigned as Bidder hereby proposes to furnish
all materials, equipment and all other labor and methods and do all things necessary for the proper
construction and completion of the work, in strict and complete accord with the Agreement,
Special Provisions (which includes the General Provisions and Technical Provisions), Plans,
Specifications, and other Contract documents now on file in the Public Works Department of the
City of Lake Elsinore at the prices set forth in the Bid Schedule herein for the work generally
described for the said project.
4. The undersigned as Bidder, hereby declares that he or she has carefully examined the location
of the proposed work generally described above and is familiar with the Special Provisions, Plans,
Specifications and local conditions at the place the work is to be done and also understands that
all labor, materials and equipment to be furnished, shall be for the prices bid, and that the
undersigned has also checked figures set forth hereinafter in the Bid Schedule and understands
that neither the City of Lake Elsinore, the Community Redevelopment Agency of the City of Lake
Elsinore, nor any officer or employee therefore will be responsible for any misunderstandings,
errors or omissions on the part of the undersigned in submitting this Proposal.
5. The complete Contract includes all of the Contract documents as if set forth in full herein, to wit,
the Agreement, any and all Contract Change Orders issued after the execution of the Agreement,
any and all addenda issued prior to the opening of the Bids, the Special Provisions, the Project
Plans, the Standard Plans, the Standard Specifications, reference Specifications, the Bidder's
Proposal, the Notice Inviting Bids, the Non - Collusion Affidavit, the Faithful Performance Bond, the
Labor and Materials Payment Bond and insurance, all of which are essential parts of this Contract.
The undersigned further agrees that failure to execute and file the Agreement or to file the required
Faithful Performance Bond, Labor and Materials Payment Bond, and Insurance Certificates
4
BIDDER'S PROPOSAL
APM20
(amounting to a minimum of $2,000,000 for comprehensive general liability and a minimum of
$1,000,000 for automobile liability) to the City within fourteen (14) calendar days after the date of
the receipt of the contract shall be sufficient cause for the annulment of the Award with forfeiture
of the Proposal guarantee pursuant to the provisions of Section 20172 of the Public Contract
Code.
6. The undersigned further agrees to furnish to the City a "Faithful Performance Bond" and "Labor
Materials Bond," executed by a responsible corporate Surety, authorized to issue such Surety
Bonds in the State of California and secured through an authorized agent with an office in
California. Such Bonds shall be for one - hundred percent (100 %) of the total Contract price. Bonds
shall be issued by a Surety who is listed in the latest revision of U.S. Department of Treasury
Circular 570.
In submitting a bid, the Bidder certifies to the City that he /she has trained his /her employees and
subcontractors, if any, for Urban Runoff management and included sufficient sums in the bid price
to cover such costs of said training (Regional Water Quality Control Board Order No. R8 -2002-
0011, NPDES No. CAS 618033 (Municipal Separate Storm Sewer System NPDES Permit),
Section XH). The Contractor is responsible for all clean up and payment of all fines levied as a
result of any illegal discharge (as defined in said NPDES permit) occurring as a result of the
Contractor's work and /or operations.
8. If the Bidder is making a change to the Bidder's proposal prior to submission of the bid, the
Bidder is to line through the existing script, add the revision, and initial.
9. In submitting the bid, if the Bidder's Proposal transferred to another Bidder; the Bidder's
proposal shows any alterations of form, additions not called for, conditional or alternative
bids uncalled for, or failing to provide required information except as allowed by law, the
bid will be considered non - responsive and will be rejected.
10. The Bidder shall set forth for each item of work, in clearly legible figures, an item price and a total
for the item in the respective spaces provided for this purpose. In the case of unit basis items, the
amount set forth under the "Total" column shall be the product of the unit price multiplied by the
estimated quantity for the item.
11. In case of discrepancy between the unit price and the total set forth for the item, the unit price shall
prevail, except however, that if the amount set forth as a unit price is ambiguous, unintelligible or
uncertain for any cause, or if it is omitted, or in the case of unit basis items, is the same amount as
the entry in the "Total" column, or in the case of lump sum items, is not the same amount as the
entry in the "Total" column, then the amount set forth in the "Total" column for the item shall prevail
in accordance with the following:
(a) As to the lump sum items, the amount set forth in the "Total" column shall be
the same amount in the unit price column. Lump sum items are considered to
be a unit of one.
(b) As to unit basis items, the amount set forth in the "Total" column shall be
divided by the estimated quantity for the item and the price thus obtained shall
be the unit price.
12. The Bidder shall also set forth in clearly legible figures the "Total Bid Amount" in the spaces
provided at the bottom of the Bid Schedule.
BIDDER'S PROPOSAL
APM20
13. In case of discrepancy between the calculated sum of the "Total Cost" column and the number
representing the cumulative total of the bid items, the calculated sum of the "Total Cost" column
shall prevail over the number representing the cumulative total of the bid items.
14. In submitting the Bid, if the Bidder fails to provide or omits a cost for a bid line item, then the Bid
will be considered non - responsive and will be rejected.
15. The City reserves the right to reject any and all Bids and to waive any irregularity or informality in
any Bid to the extent permitted by law.
16. In submitting the Bid, the Bidder offers and agrees that if the Bid is accepted, the Bidder shall
guarantee that all work performed under this Contract fully meets the requirements there of, as to
quality of workmanship and materials furnished, for a period of one year from the date of
acceptance of the work by the City Council.
17. In submitting the bid, the Bidder is aware that this is a Public Works project requiring payments of
prevailing wage rates, Certified Payrolls are required to be submitted weekly by the Contractor,
subcontractor(s), and owner operators. Contract payments will be withheld for delinquent or
inadequate Certified Payrolls (LC 1771.5).
18. In submitting the bid, the bidder offers and agrees that if the bid is accepted, the bidder and its
subcontractor(s) shall perform all work in accordance with the project Plans and Specifications,
including all stipulations designed to meet diversified Federal Environmental, Architectural and
related laws and regulations.
19. In submitting the bid, the Bidder offers and agrees that if the bid is accepted, the Bidder and its
subcontractor(s) shall allow all authorized Federal, State, County, and /or City officials access to
the work area, fiscal, payroll, materials, and other relevant Contract records. All relevant records
shall be retained for at least three years or longer, as required by law, from the date of the Notice
of Completion.
20. In submitting the Bid, the Bidder offers and agrees that if the Bid is accepted, the Bidder shall
display the Project Sign, post the Federal (if applicable) and State Wage Rate information, and the
"Equal Employment Opportunity is ... THE LAW..." along with other required posters in a visible
location at the job site. The signs and posters shall be mounted in an acceptable manner and
constructed as specified.
21. In submitting the Bid, the Bidder offers and agrees that if the Bid is accepted, the Bidder and
subcontractor(s) shall comply with all laws, ordinances, and regulations applicable to the work. Ii
the Contractor ascertains at any time that any of the requirements of the Contract are at variance
with applicable law(s), ordinances, regulations, or building code requirements, he or she shall
promptly notify the City of Lake Elsinore Public Works Department, and shall not proceed with the
work in question, except at his or her own risk, until the Engineer has had an opportunity to
determine the extent of the responsibility for the variance, and the appropriate corrective actions
to be undertaken.
22. The Contractor shall comply with all laws, ordinances, and regulations applicable to the work. If
the Contractor ascertains at any time that any of the requirements of the Contract are at variance
with applicable law, ordinances, regulations, or building code requirements, he or she shall
promptly notify the City of Lake Elsinore Public Works Department, and shall not proceed with the
work in question, except at his or her own risk, until the Engineer has had an opportunity to
M
BIDDER'S PROPOSAL
APM20
determine the extent of the responsibility for the variance and the appropriate corrective actions to
be undertaken.
23. The Contractor shall submit the "Non - Collusion Affidavit" with the Bid.
24, RECEIPT OF TOTAL ADDENDA NO(S). IS HEREBY ACKNOWLEDGED. i L
PROPOSAL MAY BE REJECTED IF ANY ISSUED ADDENDA IS NOT ACKNOWLEDGED.
25. The Bidder Hardy & Harper, Inc.
(Contractors Name)
is a S. Corporation
(Individual, partnership, or corporation
If a corporation, incorporated under the laws of the State of California
If an individual, state individual's name. If a partnership, state names of all individuals, co- partners,
composing the firm. If a corporation, state names of president, secretary, treasurer and chief executive officer
thereof. If the Bidder fails to provide the requested information, the bid will be considered non - responsive
and will be rejected. Hardy & Harper, Inc.
Dan T. Maas - President, Treasurer
Steve Kirschner - Vice President
Michael Murray - Vice President, Tanner Hambright - Vice President
Kristen S. Paulino - Corporate Secretary
26. In submitting this Bid, the undersigned as Bidder agrees to perform, with its own organization, work
amounting to at least fifty percent (50 %) of the bid amount except that any designated "specialty
items" may be performed by subcontract and may be deducted from the bid amount before
computing the amount of work required to be performed by the Bidder. If the Bidder, after
computing the amount of work required, fails to meet at least fifty percent (50 %) of the amount of
work required with its own forces, the Bid will be considered nonresponsive and will be rejected
with no further consideration.
27. The Bidder understands that if he or she fails to specify a subcontractor or if a bidder specifies
more than one subcontractor for the same portion of work to be performed under the contract in
excess of one half of one percent (0.5 %) of the bidder's total bid, the bidder shall be deemed to
have agreed to perform such portion himself or herself, and that he or she shall not be permitted
to sublet or subcontract that portion of the work except as may be duly consented to by the City
pursuant to the provisions of Section 4107, of the Public Contract Code (PCC 4106).
28. The Bidder understands that circumvention by a general contractor who bids as a prime contractor
of the requirement under Section 4104 for him or her to list his or her subcontractors, by the device
of listing another contractor who will in turn sublet portions constituting the majority of the work
covered by the prime contract, shall be considered a violation of Chapter 4 "Subletting and
Subcontracting" starting with Section 4100 of the Public Contract Code and shall subject that prime
7
BIDDER'S PROPOSAL
APM20
contractor to the penalties set forth in Section 4110 and 4111 of the Public Contract Code (PCC
4105).
29. In compliance with the provisions of the Public Contract Code, Section 4104, the undersigned
Bidder herewith sets forth the name and location of the place of business of each subcontractor
who will perform work or labor or render service to the prime Contractor in or about the construction
of the work or improvement, or a subcontractor licensed by the State of California who, under
subcontract to the prime Contractor, specially fabricates and installs a portion of the work or
improvement according to detailed drawings contained in the Plans and Specifications, in an
amount in excess of one -half of one percent (0.5 %) of the prime Contractor's total bid, or in the
case of Bids for the construction of streets, highways, including bridges, in excess of one -half of
one percent (0.5 %) of the prime Contractor's total bid or ten thousand dollars ($10,000), whichever
is greater, and the portion of the work which will be done by each subcontractor. The Bidder shall
not list more than one subcontractor for the same portion of work.
All additional information required by the City regarding any subcontractor who the Bidder is
required to list under the Provisions of Sections 4104 and 4107 of the Public Contract Code, other
than the subcontractor's name and location (city) of business or State Contractor's License number,
may be submitted by the Bidder up to 24 hours after the deadline time and date for receipt of Bids.
Failure to timely provide all required subcontractor information shall result in the Bid being
determined nonresponsive.
U
BIDDER'S PROPOSAL
APM20
REQUIRED SUBCONTRACTORS INFORMATION
NAME
LICENSE NO. AND CLASSIFICATION
TELEPHONE
DESCRIPTION OF WORK CONTRACTED:
ADDRESS
BID
ITEM
NOS.
AMOUNT
%OF
TOTAL
BID
CITY, ZIP
NAME
LICENSE NO. AND CLASSIFICATION
TELEPHONE
DESCRIPTION OF WORK CONTRACTED:
ADDRESS
BID
ITEM
NOS.
AMOUNT
%
TOTAL
BID
CITY, ZIP
NAME
LICENSE NO. AND CLASSIFICATION
TELEPHONE
DESCRIPTION OF WORK CONTRACTED:
ADDRESS
BID
ITEM
NOS.
AMOUNT
%OF
TOTAL
BID
CITY, ZIP
w
BIDDER'S PROPOSAL
APM20
REQUIRED SUBCONTRACTORS INFORMATION
NAME
LICENSE NO. AND CLASSIFICATION
TELEPHONE
DESCRIPTION OF WORK CONTRACTED:
ADDRESS
BID
ITEM
NOS.
AMOUNT
%
TOTAL
BID
CITY, ZIP
NAME
LICENSE NO. AND CLASSIFICATION
TELEPHONE
DESCRIPTION OF WORK CONTRACTED:
ADDRESS
BID
ITEM
NOS.
AMOUNT
%
TOTAL
BID
CITY, ZIP
NAME
LICENSE NO. AND CLASSIFICATION
TELEPHONE
DESCRIPTION OF WORK CONTRACTED.
ADDRESS
BID
ITEM
NOS.
AMOUNT
%
TOTAL
BID
CITY, ZIP
Duplicate this form as necessary to report bidder and all subcontractor(s) (DBEs and non -DBEs) information.
10
BIDDER'S PROPOSAL
APM20
CITY OF LAKE ELSINORE
BIDDER'S PROPOSAL - BID SCHEDULE
ANNUAL ASPHALT MAINTENANCE PROGRAM
APM20
Hardy & Harper, Inc.
(Contractor Name)
BASE BID REMOVE AND REPLACE ASPHALT CONCRETE UP TO 4" MAX: (CLASS II AGGREGATE
BASE NOT INCLUDED)
ITEM NO.
CODE
DESCRIPTION OF ITEMS
UNIT
COST (FIGURES)
1
R &R 1 - 1,000
Sq, Ft.
I
Per Sq. Ft
2
R &R 1,001 - 5,000
Sq. Ft.
G
0
Per Sq. Ft.
3
R &R 5,001 - 10,000
Sq. Ft.
SO
Per Sq. Ft.
4
R &R 10,001 +
Sq. Ft.
C p
Per Sq. Ft.
BASE BID REMOVE AND REPLACE ASPHALT CONCRETE > 4" UP TO 8" MAX:
(CLASS II AGGREGATE BASE NOT INCLUDED)
ITEM NO.
CODE
DESCRIPTION OF ITEMS
UNIT
COST (FIGURES)
5
R &R 1 - 1,000
Sq, Ft.
-7'
L
Per Sq. Ft.
6
R &R 1,001 -5,000
Sq. Ft.
1
Per Sq Ft,
7
R &R 5,001 - 10,000
Sq. Ft.
SO
Per Sq Ft,
S
R &R 10,001 +
Sq. Ft.
Per Sq. Ft.
Per Sq. Ft.
BASE BID INSTALL 6" CLASS II AGGREGARE BASE:
(COST INCLUDES ROADWAY EXCAVATION)
ITEM NO.
CODE
DESCRIPTION OF ITEMS
UNIT
COST (FIGURES)
9
R &R 1 - 1,000
Sq. Ft.
I�
Per Sq. Ft
10
R &R 1,001 -5,000
Sq. Ft.
SO
Per Sq. Ft.
11
R &R 5,001 - 10,000
Sq, Ft.
• S p
Per Sq. Ft,
12
R &R 10,001 + I
Sq. Ft.
3.s p
Per Sq. Ft.
11 -A
BIDDER'S PROPOSAL
APM20
BASE BID TWO INCH TAPER EDGE GRIND 5 TO 6 FEET WIDE
ITEM NO.
CODE
DESCRIPTION OF ITEMS
UNIT
COST (FIGURES)
13
1 - 1,000
LF
-) S
Per LF
14
1,001 - 5.000
LF
�r S
Per LF
15
5,001 - 10,000
LF
2 0 s
Per LF
16
10,000 - 20,000
LF
t•S p
Per LF
BASE BID TWO INCH ASPHALTIC CONCRETE GRIND AND PAVE
ITEM NO.
CODE
DESCRIPTION OF ITEMS
UNIT
COST (FIGURES)
17
1 - 1,000
SF
L{0
Per SF..
18
1,001 -5,000
SF
q 6✓'
3•
Per SF..
19
5,001 -10,000
SF
SS
Per SF..
20
10,000- 20,000
SF
2-.00
PerSF..
BASE BID TWO INCH ASPHALTIC CONCRETE OVERLAY
ITEM NO.
CODE
DESCRIPTION OF ITEMS
UNIT
COST (FIGURES)
21
1 - 1.000
SF
y. �.p O
Per SF
22
1,001 -5,000
SF
3.00
Per SF -.
23
5,001 - 10,000
SF
2.10
Per SF..
24
10,000 - 20,000
SF
I. go
Per SF..
BASE BID INSTALL TYPE 6 ASPHALT BERM:
ITEM NO.
CODE
DESCRIPTION OF ITEMS
UNIT
COST (FIGURES)
25
1 - 1,000
L.F.
� o. s p
Per LF
26
1,001 -5.000
L .
I
Per LF
27
5,001 - 10,000
L.F.
J 2
Per LF
28
10,001 - 20,000
L.F.
Z• g p
Per LF
11 -B
BIDDER'S PROPOSAL
APM20
BASE BID CRACK SEALING:
ITEM NO.
CODE
DESCRIPTION OF ITEMS
UNIT
COST (FIGURES)
29
1 - 1,000
L.F.
1;
Per LF
30
1,001 - 5,000
L.F.
2.o
3
Per LF
31
5,001 -10,000
L.F.
'10
Per LF
32
10,001 - 20,000
L.F.
p. �O
Per LF
BASE BID ADJUST WATER/GAS VALVE TO GRADE:
ITEM NO.
CODE
DESCRIPTION OF ITEMS
UNIT
COST (FIGURES)
33
djust Water and Gas Valve to grade
Each
V Q 17
Each
BASE BID ADJUST SEWER MANHOLE TO GRADE:
ITEM NO.
CODE
DESCRIPTION OF ITEMS
UNIT
COST (FIGURES)
34
djust Sewer Manhole to Grade
Each
S7 0
Each
11 -C
BIDDER'S PROPOSAL
APM20
NOTE:
CITY OF LAKE ELSINORE
BIDDER'S PROPOSAL - BID SCHEDULE
ANNUAL ASPHALT MAINTENANCE PROGRAM
APM20
RR]
Hardy & Harper, Inc.
(Contractor Name)
The lowest responsible Bidder will be determined by comparing the cumulative total of all Base
Bid items (PCC 20103.8 b).
The bid shall include, but not be limited to, sales tax and all other applicable taxes and fees.
Codes:
(D) Deduct
(F) Final Pay Quantities
Specialty Item
Units of Measurement:
EA Each
L. F. Linear Feet (S)
m2 square Meter(s)
m meter(s)
Total bid amount in NUMBERS for Base Bid Items only (Based in Estimated Quantities of Items 1 through
35:
I. 1q3 qs
12
BIDDER'S PROPOSAL
APM20
BIDDER'S SIGNATURE PAGE
CONTRACTORS STATE LICENSE: Number: 215952
FEDERAL IDENTIFICATION NO
Classification (s): A, C -8 & C12
Expiration Date: 06/30/2020
(Business & Professions Code 7028.15)
95- 2251022
PRESENT CITY BUSINESS LICENSE: Number:
(Not required at time Bid is submitted)
Expiration Date:
BIDDER: Hardy & Harper, Inc.
ADDRESS: 32 Rancho Circle Lake Forest, CA 92630
TELEPHONE NUMBER(S): 714- 444 -1851
EMAIL: ablanchard @hardyandharper.com
PRINT NAME: Michael Mu
SIGNATURE:
TITLE: Vice President
PRINT NAME:
SIGNATURE:
(Contractor Name)
TITLE. DATE:
SIGNING INSTRUCTIONS TO THE CONTRACTOR
Bidders Signature Page must be accompanied by notary certificates for EACH signature. Note the
description of the document on the notary certificate. Attach ALL notary certificates immediately
following this page.
General Partners must sign on behalf of the partnership.
In the event that the contracting firm is a corporation, two (2) corporate officer's having authority from the
corporation MUST sign (two (2) signatures total). If the corporation has a corporate resolution stating that
one person is authorized to sign on behalf of all officers, attach corporate resolution immediately following
the notary certificates. Corporate Seal may be affixed hereto.
If the bidder fails to properly sign or omits required signatures, the bid will be considered non - responsive
and will be rejected.
NOTE: Name on State Contractor License must agree with Bidder's name
13
CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT
CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of
On May 28. 2020 before me, Ashlie Blanchard, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared
of
who proved to me on the basis of satisfactory evidence to be the person(a) whose name(14 is /are
subscribed to the within instrument and acknowledged to me that he /site /they executed the same in
his/her /their authorized capacity(i4a), and that by his/her /their signature(is) on the instrument the persona),
or the entity upon behalf of which the person(a) acted, executed the instrument.
QMyASHLIE BLANCHAC COMM. #2279550 Notary Public - California ¢
ORANGE COUNTY Comm. Expires March 3, 2023
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my h d and official seal. , — , ^, ,
Signature � Vv '-'� "�C�UGU�/V .
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
• Corporate Officer — Title(s):
• Partner — ❑ Limited ❑ General
• Individual ❑ Attorney In Fact
• Trustee ❑ Guardian or Conservator
• Other:
Signer Is Representing:
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 • 1- 800 -US NOTARY (1 -800- 876 -6827) Item #5907
MINUTES OF THE SPECIAL MEETING
OF
HARDY & HARPER, INC.
A special meeting of the directors of HARDY & HARPER, INC. was held at the principal
office of the corporation, on January 2 '6 1 2020, at 11:00 a.m. pursuant to the call made by the
Secretary and written notice waived by the directors by signing these minutes.
Pursuant to the provisions and bylaws, DANIEL MAAS as Chief Financial Officer and
KRISTEN PAULINO, as Secretary of the Corporation, presided over the meeting.
The purpose of the meeting was to nominate and elect two additional Vice - Presidents of the
Company.
Present at the meeting were all of the Directors of the Corporation:
DANIEL MAAS
STEVEN M. KIRSCHNER
KRISTEN S. PAULINO
TESSA MAAS
DANIEL MAAS was re- elected President and Chief Executive Officer, KRISTEN
PAULINO was re- elected Secretary, STEVE KIRSCHNER was re- elected Vice - President,
TANNER HAMBRIGHT was elected Vice- President of Strategic Development, and as Vice-
Presideht he is hereby authorized to sign contracts on behalf of the corporation. MICHAEL
MURRAY was elected Vice- President/Operations Manager for the corporation with authority to
sign contracts on behalf of the corporation and authorized to sign checking and bank accounts on
behalf of the corporation where the corporation has established bank and checking accounts.
There being no further business it was moved second and carried that the meeting be
adjourned.
DATED: January ) �, 2020
DANIEL. MXAS, Director/President
STEArfN Ni. KIRSCHNER, DirectorNice- President
KkIStEN P ULINO, Director /Secretary
(TIASA MAAS, Dir c or
BIDDER'S PROPOSAL
APM20
NON - COLLUSION AFFIDAVIT
ANNUAL ASPHALT MAINTENANCE PROGRAM
APM20
STATE OF CALIFORNIA
SS
COUNTY OF Orange
(NAME) Michael Murray
That he or she is of Vice President
(sole owner, partner or other proper title)
Hardy & Harper, Inc.
(Bidder /Contractor Name)
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: 32 Rancho Circle Lake Forest, CA 92630
Telephone No.: 714 -444 -1851
Print Name: Michael Murray
Signature:
Title: Vice President
Date: 05/28/2020
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 immediately
following this page.
If the Bidder fails to properly sign or omits the required signature, the bid will be considered
nonresponsive and will be rejected.
14
1q-1 1111 il-I
CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On May 28. 2020 before me, Ashlie Blanchard, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared
of
who proved to me on the basis of satisfactory evidence to be the person(t) whose name(!) is /are
subscribed to the within instrument and acknowledged to me that he /site /they executed the same in
his/her /their authorized capacity(ift), 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.
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my In nd and official seal. 1 '' �/�j I
Signature dw " .
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages:
Document Date:
Signers) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attomey in Fact
❑ Trustee ❑ Guardian or Conservator
fl Other:
Signer Is Representing:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
Fl Other:
Signer Is Representing:
Q • - • - • • • - • - • - • • irk :�� •r
ASHLIE BLANCHARD
COMM. #2279550
%'.
- Notary Public-California �
±?
ORANGE COUNTY u.
My Comm. Expires March 3.2023
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my In nd and official seal. 1 '' �/�j I
Signature dw " .
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages:
Document Date:
Signers) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attomey in Fact
❑ Trustee ❑ Guardian or Conservator
fl Other:
Signer Is Representing:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
Fl Other:
Signer Is Representing:
Q • - • - • • • - • - • - • • irk :�� •r
MINUTES OF THE SPECIAL MEETING
OF
HARDY & HARPER, INC.
A special meeting of the directors of HARDY & HARPER, INC. was held at the principal
office of the corporation, on January 2020, at 11:00 a.m. pursuant to the call made by the
Secretary and written notice waived by the directors by signing these minutes.
Pursuant to the provisions and bylaws, DANIEL MAAS as Chief Financial Officer and
KRISTEN PAULINO, as Secretary of the Corporation, presided over the meeting.
The purpose of the meeting was to nominate and elect two additional Vice - Presidents of the
Company.
Present at the meeting were all of the Directors of the Corporation:
DANIEL MAAS
STEVEN M. KIRSCHNER
KRISTEN S. PAULINO
TESSA MAAS
DANIEL MAAS was re- elected President and Chief Executive Officer, KRISTEN
PAULINO was re- elected Secretary, STEVE KIRSCHNER was re- elected Vice - President,
TANNER HAMBRIGHT was elected Vice - President of Strategic Development, and as Vice -
President he is hereby authorized to sign contracts on behalf of the corporation. MICHAEL
MURRAY was elected Vice- President/Operations Manager for the corporation with authority to
sign contracts on behalf of the corporation and authorized to sign checking and bank accounts on
behalf of the corporation where the corporation has established bank and checking accounts.
There being no further business it was moved second and carried that the meeting be
adjourned.
DATED: January % a , 2020
DAMEY. WAS, Director/President
ST£s —NM. KIRSCHNER, DirectorNice- President
J "q)
KkIStEN P ULINO, Director /Secretary
SA MAAS, Dir c or
BIDDER'S PROPOSAL
APM20
BOND NO. CSBA -13965
ANNUAL ASPHALT MAINTENANCE PROGRAM
APM20
KNOW ALL MEN OR WOMEN BY THESE PRESENTS:
That we Hardy & Harper, Inc. as PRINCIPAL,
hereinafter referred to as "Contractor", and Fidelity and Deposit Company of Maryland
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, finely by these presents. In no case shall the
liability of the surety hereunder exceed the amount of Ten Percent (10 %) of the Amount Bid.
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 bydaw, 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 Publ G: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)
15
BIDDER'S PROPOSAL
APM20
IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 20th day
of May 2020
BIDDER CORPORATE SURETY
Contract Name: Hardy & Harper, Inc. Company Name: Fidelity and Deposit Company of Maryland
Address: 32 Rancho Circle Address: 777 South Figueroa Street, Suite 3900
Lake Forest, CA 92630
Telephone No.: (714) 444 -1851
Print Name: m` G
Los
Telephone No.
CA 90017
(213) 270 -0600
Print Name: Dwight Reilly
Title: Attorney -in -Fact
Signature:
Date: 5/20/2020
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 -tact 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 falls to properly sign or omits the required signatures, the bid will be considered
nonresponsive and will be rejected.
W
CALIFORNIA ALL - PURPOSE 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 May 20th, 2020 before me, Melissa Ann Vaccaro Notary Public,
Date Insert Name of Notary exactly as it appears on the official seal
personally appeared Dwight Reilly
Nama(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is /are subscribed to the
within instrument and acknowledged to me that he /she /they
executed the same in his/her/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)
MELISSA ANN VACCARo acted, executed the instrument.
COMM . t!2241394 w
t Notnry Public-California X I certify under PENALTY OF PERJURY under the laws of
t'?
ov u'ce couNTV IL the State of California that the foregoing paragraph is true
x�art2,zoz2 and correct.
Witness my hand n official al.
Signature
Notary Seal Above S a e of Notary Public Melissa nn
Place
OPTIONAL
Though the information below is not required by law it may prove valuable to persons relying on the document
fraudulent removal and reattachment of the form to another document.
and could prevent
Description of Attached Document
Title or Type of Document: Bidder's Bond
Document Date: May 20th, 2020 Number of Pages: Two (2)
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name: Dwight Reilly Signer's Name:
❑ Individual ❑ Individual
❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s):
❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General
d Attorney in Fact ❑ Attorney in Fact
❑ Trustee • ❑ Trustee • W11 140 0111111:11
❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here
❑ Other: ❑ Other:
Signer is Representing: Signer is Representing:
Bond No. CSBA -13965
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of
New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies "), by Robert
D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth
on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof. do hereby nominate, constitute, and appoint
Daniel HUCKABAY, Dwight REILLY, Arturo AYALA, Shaunna ROZELLE OSTROM, Frank MORONES, Ben STONG,
Michael D. STONG and R NAPPI, all of Orange, California, EACH its true and lawful agent and Attomey -in -Fact, to make, execute, seal
and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or
undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if
they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY
at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF
MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 15th day of January, A.D. 2020.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
By: Dawn E. Brawn
Secretary
State of Maryland
County of Baltimore
On this 15th day of January, A.D. 2020, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert
A Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and
who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he /she is the said
officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said
Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dung Notary Public
My Commission Expires: July 9,2023
11 uvJ`
EXTRACT FROM BY -LAWS OF THE COMPANIES
"Article V, Section 8, Attomevs -in -Fact The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys -in -fact with authority to exeaute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
1, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AME CAN CASUALTY
AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby cert' that the foregoing
Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, ection 8, of the By-
Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day ot'December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on theCompany."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and hhilld on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY MARYLAND at a
meeting duly called and held on the l Oth day of May, 1990. 9I
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of
any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the some force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 20th day of May 12020
ouu,y.�b
°n' tr
_3'6 ' H
By: Brian M. Hodges
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLET4 DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, ANDY URCONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196 -1056
www ,reportsfclaims(a)2urichna.com
800 - 6264577
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE
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 May 20. 2020 before me, Ashlie Blanchard, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared
of
who proved to me on the basis of satisfactory evidence to be the person(a) whose name(s) is /axe
subscribed to the within instrument and acknowledged to me that he /ske/they executed the same in
his/her /their authorized capacity(iss), and that by his/hsr /their signature(K) on the instrument the person(a),
or the entity upon behalf of which the person(s) acted, executed the instrument.
ASHLIE BLANCHARO`y I(
COMM. *2279550 !�
Notary Puhlic- California `,�
ORANGE COUNTY
My Cam.. Expires March 3, 2023 ,
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal. ��j� ��/
Signature L/r °""
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
• Trustee ❑ Guardian or Conservator
• Other:
Signer Is Representing:
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 • 1- 800 -US NOTARY (1- 800 -876 -6827) Item 115907
MINUTES OF THE SPECIAL MEETING
OF
HARDY & HARPER, INC.
A special meeting of the directors of HARDY & HARPER, INC. was held at the principal
office of the corporation, on January 2 , 2020, at 11:00 a.m. pursuant to the call made by the
Secretary and written notice waived by the directors by signing these minutes.
Pursuant to the provisions and bylaws, DANIEL MAAS as Chief Financial Officer and
KRISTEN PAULINO, as Secretary of the Corporation, presided over the meeting.
The purpose of the meeting was to nominate and elect two additional Vice - Presidents of the
Company.
Present at the meeting were all of the Directors of the Corporation:
DANIEL MAAS
STEVEN M.KIRSCHNER
KRISTEN S. PAULINO
TESSA MAAS
DANIEL MAAS was re- elected President and Chief Executive Officer, KRISTEN
PAULINO was re- elected Secretary, STEVE KIRSCHNER was re- elected Vice - President,
TANNER HAMBRIGHT was elected Vice - President of Strategic Development, and as Vice-
President he is hereby authorized to sign contracts on behalf of the corporation. MICHAEL
MURRAY was elected Vice-President/Operations Manager for the corporation with authority to
sign contracts on behalf of the corporation and authorized to sign checking and bank accounts on
behalf of the corporation where the corporation has established bank and checking accounts.
There being no further business it was moved second and carried that the meeting be
adjourned.
DATED: January % U7 2020
DANIEL. MKAS, Dire Director/President
Ile
ST N Ni. KIRSCHNE DirectorNice -Pre ide
R, s nt
p Ij 6,A V?j-
REStEN P ULINO, Director /Secretary
SA MAAS, Dir c or
BIDDER'S PROPOSAL
APM20
LIST OF REFERENCES
ANNUAL ASPHALT MAINTENANCE PROGRAM
AMP20
BIDDER: Hardy & Harper, Inc.
(Contractor Name)
REFERENCES
Following are the names, addresses and telephone numbers for three (3) public agencies for which
BIDDER has performed similar work within the past two (2) years:
Name andAdd ess of gency
Tony fin' 1n2�- `►`i`i -�yo�
Name, Title, an Telephone Number o Person Familiar with Project
2,41,x, Zllp- d° ftVhr�i raVinp 04119
2. viiq C)� D morid 131 ' - t' (-"W({ PC
Name ano Aaaress oT Agency
Name, Title, and Telephone Number of Person Familiar with Project
600 poo (-IrM WW WrY- 1-hLM-el OW
3, amity of'cu�(Xlo Palos Vif)dLs- 31110 11U`ho(nc �V�.
Name an ress o gency
ion bragoo' 310 ' C29 - C 52
Name,/ it e, an 1 e ep one Number o Person Familiar with Project
ISDO1 ODD tmnual Sffir t NvMt-e� U- 08
Note to Bidder:
Prepared lists of projects completed may be included as a part of the Proposal, but will not be
accepted in lieu of this form, completely filled out.
17
Annual Maintenance Contracts
Hardy & Harper, Inc.
Owner/ Agency Contact Project
City of Diamond Bar
Jorge Garcia
Sidewalk, Curb & Gutter
21825 E. Copley Dr
j.garcia @diamondbarca.gov
$500,000.00
Diamond Bar, CA 97765
(909)983 -7046
07/13 -06/18
City of Rancho Palos
Ron Dragoo
Annual Street
Verdes
rond @rpv.com
Maintenance & Annual
30940 Hawthorne Blvd.
(310)544 -5252
Slide Repairs
Rancho Palos Verdes,
$500,000.00
CA 90275
07/12 -06/18
City of Yorba Linda
Armondo Jaime
Annual On -Call
P.O. Box 87014
(714)961 -7100
Unit Pricing per Project
Yorba Linda, CA 92885
07/12 -06/18
City of Corona
Dave Mundt
Annual Maintenance
735 Public Safety Way
dave.mundt @ci.corona.ca.us
$500,000.00 I
Corona, CA 92880
(951)23 -3537
07/12 -06/18
City of Long Beach
Rachel Davis
Annual Asphalt and
Water /Sewer
(562)570 -2393
Concrete Maintenance
Department
$2,500,000.00
1800 E. Wardlow Rd.
03/14 -03/16
Long Beach, CA 90807
City of Anaheim
Greg Ortega
Annual Master Service
200 Anaheim Blvd.
(714)765 -6935
Agreement
Anaheim, CA 92805
Unit Pricing per Project
07/10 -06/15
Reza Jafari
Annual On -Call Asphalt
City of Irvine
rjafari @ci.irvine.ca.us
Maintenance Services
One Civic Center Plaza
(949)724 -7545
$639,141.00
P.O. Box 19575
06/12 -06/15
Irvine, CA 92623
MCE Corporation
Karan Healy
Annual Asphalt
City of Bell
khealy @mce- corp.com
Maintenance Contract
6515 Trinity Court
(925)803 -4111
06/13 -07/15
Dublin, CA 94568
City of Bell
dresendez@cityofbell.com
City of Mission Viejo
Chris Robinson
Asphalt/ Concrete
200 Civic Center
(949)795 -8483
Repairs
Mission Viejo, CA 92691
$598,600.00
City of San Juan
Juan Camacho
Asphalt/ Crack Seal/
Capistrano
(949)493 -1171
Seal Coat Maintenance
32400 Paseo Adelanto
and Repairs
San Juan Capistrano,
$1,053,500.00
CA 92675
06/11 -06/15
City of Temecula
Matt Weichec
Paving Maintenance
43200 Business Park
matt.weichec @cityoftemecula.org
Services
Drive
(951)694 -6444
$400,000.00
Temecula, CA 92589
07/12 -06/16
City of Torrance
Davina Buenavista
Citywide Sidewalk
20500 Madrona
(310) 618 -3057
Ramping & Grinding
Torrance, CA 90503
Program
$109,940.00
2014 -2015
PUBLIC WORKS REFERENCES Attachment
2017/2019
Owner /Agency
Contact
Project (Amount &
City of Covina
Chris Marcarello
Completion Date)
City of Jurupa Valley
Mike Myers
T.R.I.P Pavement Rehab.
8930 Limonite Ave
(951) 332 -6464
Phase I
Juru a Valley, CA 92509
mm ers uru avalle .or
$1,254,012.21 03/17
City of Newport Beach
Frank Tran
MacArthur Blvd Pavement
100 Civic Center Drive
(949) 644 -3340
Rehabilitation
Newport Beach, CA 92660
ftran new ortbeachca. ov
$2,142,045.66 3/17
City of Rancho Cucamonga
Romeo M. David
Red Hill Park Pedestrian Trail
10500 Civic Center Drive
(909) 477 -2740
Renovation Project
Rancho Cucamonga, CA 91730
Romeo. David6ftilyoftc.us
$171,888.70 3/17
Willow Street Improvement
City of Signal Hill
Anthony Caraveo
2175 Cherry Ave
(562) 989 -7352
Project
Signal Hill, CA 90755
acaraveo cit ofsi nalhill.or
$922,100.43 6/17
City of Laguna Hills
Frank Tran
Arterial Pavement Mngmt.
24035 El Toro Rd
(949) 644 -3340
Project Street Rehabilitation
Laguna Hills
ftran new ortbeachca. ov
$1,375,406.90 6/17
City of Highland
John Egan
West Highland Bikeways
27215 Base Line
(909) 890 -1255
Infrastructure &Pavement Impr.
Highland, CA 92346
e an erscinc.com
$2,678,788.77 7/17
City of Irvine
Brian Brown
Yale Ave Rehabilitation Irvine
One Civic Center Plaza
(949) 724 -6000
Center Drive Bid No. 17 -1160
Irvine, CA 92623
bbrown cit ofirvine.or
$2,453,343.83 7/17
City of Pasadena
Tony An
Preventative Maintenance of
100 N. Garfield Ave
(626) 744 -7403
Street 2016
Pasadena, CA 91109
tan CcDcitvofpasadena.net
$945,932.59 8/17
City of Ontario
Miguel Sotomayor
ATP Cycle I Safe Routes to
303 East B Street
(909) 395 -2108
School Sidewalk Imprv.
Ontario, CA 91764
msotoma or ontarioca. ov
$824,850.88 10/17
City of Inglewood
Hunter Nguyen
Streets &Alleys Rehabilitation
One Manchester Blvd
(310) 412 -5333
Project
In lewood, CA 90301
hhunter ci ofin lewood.or
$2,639,330.06 11/17
Owner /Agency
Contact
Project (Amount &
Completion Date)
City of Covina
Chris Marcarello
Grand Ave. Street
125 E. College
(626) 384 -5490
Rehabilitation Fed Project
Covina, CA 91723
owacovinaca.00v
NO.:STPL- 5118(020)
$3,030,000.00 5/18
City of Rancho Palos Verdes
Ron Dragoo
Residential st. Rehab. Project
30940 Hawthorn Blvd.
(310)544 -5252
PUBLIC WORKS REFERENCES Attachment
2017/2019
Rancho Palos Verdes, CA 90275
gkwo1ek0cf.ca.gov
$2,227,000.00 5/18
City of Downey
Edwin. Norris
CIP No. 18 -02 Residential st.
11111 Brookshire Ave.
(562) 904 -7110
Pavement rehab. Project
Downey, CA 90241
enorris( downevca.org
$1,808,000.00 03/19
City of Dana point
Matthew Sinacori
Arterial Roadway Resurface&
33282 Golden Lantern
(949) 248 -3500
Pavement Preservation project
Dana Point, Ca 92629
msinacoroNanapoint.org
$3,993,000.00 1/18
City of Fountain Valley
Fatana Temory
Resurface &Rehab. Of Euclid
10200 Slater Ave.
(714)593 -4433
Street from Slater ave. to
Fountain Valley, CA 92708
fatana.Temorvafountianvallev.org
Warner ave. No. TI -271
$1,077,000.00 9/18
City of Pomona
Publuc Works
Major Street Improvements
505 South Garey Ave.
(909)620 -2261
Pomona, CA 91766
pwengineeringng.ci.pomona.ca.us
$3,839,000.00 8/18
City of Lancaster
Luis Garibay
2018 Sidewalk, curb & gutter
44933 Fern Ave.
(661)723 -6110
Repairs
Lancaster, CA 93534
Igarbibay(okitvoflancaster.org
$1,976,000.00 12/16
City of Tustin
Mario Medina
FY 2017 -18 Roadway rehab. &
300 Centennial way
(949)394 -8955
Sidewalk repair project
Tustin,CA 92780
mmedinaetustinca.org
$1,575,125.00 10 /18
City of Vernon
Daniel Wall
Downey Road Improvements
4305 S. Santa fe Ave.
(323) 583 -8811 x305
Vernon, CA 90058
PublicWorksBidsaci.vernon.ca.us
$2,584,000.00 1/17
City of Diamond Bar
Jason Williams
Residential &Collector road
21810 Copley Drive
(909)839 -7050
rehab. Project
Diamond Bar, CA 91765
MiliamsCaMamondbarca.gov
$1,551,000.00 12/18
PUBLIC WORKS REFERENCES AttachmentA
2017/2019
Owner Agency
Contact
Project(Amount &Completion Date)
City of Pasadena
100 N. Garfield Ave.
Pasadena, CA 91101
Tony An
(626)744 -7403
tan( citvofoasadena.net
Preventative Maintenance
Service
$2,424,216.00 4/1S
City of San Jacinto
595 S san Jacinto Ave.
San Jacinto, CA 92583
Kristy
(951) 654 -3592
Kris trilakeconsoltants.com
2018 Downtown Pavement
Rehabilitation
$1,818,000.00 1/19
City of Cypress
5275 Orange Ave.
Cypress, CA 90630
(714)229 -6740
Community Center Parking
Lot Seal Coat Project 223
$75,827.00 12/18
City of Westminster
8200 Westminster Blvd.
Westminster, CA 92683
Marwan N. Youssef
(714)548 -3460
veohnson westminister -ca. ov
Citywide Residential St.
Improvements
$1,462,000.00 2/19
City of Lancaster
44933 Fern Ave.
Lancaster, CA 93534
Luis garibay
(661)723 -6110
I arbiba cit oFlancaster.or
2017 Pavement Management
Program 17 -003
$2,727,000.00 4/18