Loading...
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