Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item No. 07 PWCA All American Asphalt Citywide Slurry Seal CIP Z10014
City Council Agenda Report City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 www.lake-elsinore.org File Number: ID# 19-707 Agenda Date: 8/25/2020 Status: Approval FinalVersion: 1 File Type: Council Consent Calendar In Control: City Council / Successor Agency Agenda Number: 7) Construction Contract with All American Asphalt for the Citywide Slurry Seal Project - CIP No. Z10014 1.Authorize the City Manager to execute a Construction Contract with All American Asphalt in the amount of $1,326,273 for the Citywide Slurry Seal Project CIP No. Z10014 and execute change orders not to exceed a 10% contingency in the amount of $132,627.00 in such final form as approved by the City Attorney; and 2.Authorize the City Clerk to record the Notice of Completion once it is determined the work is complete and the improvements are accepted into the City maintained roadway network. Page 1 City of Lake Elsinore Printed on 8/20/2020 Page 1 of 2 REPORT TO CITY COUNCIL To: Honorable Mayor and Members of the City Council From: Grant Yates, City Manager Prepared By: Remon Habib, City Engineer Date: August 25, 2020 Subject: Award of a Construction Contract to All American Asphalt for the Citywide Slurry Seal Project – CIP No. Z10014 Recommendation 1. Authorize the City Manager to execute a Construction Contract with All American Asphalt in the amount of $1,326,273 for the Citywide Slurry Seal Project CIP No. Z10014 and execute change orders not to exceed a 10% contingency of $132,627.00; and 2. Authorize the City Clerk to record the Notice of Completion once it is determined the work is complete and the improvements are accepted into the City maintained roadway network. Background The project consists of one full plan set consisting of pavement slurry, traffic striping, and other repairs as shown on Improvement Plans. The project locations are generally located near the areas of Alberhill Ranch, McVicker Canyon, and Tuscany Hills. There are two additional addendum plan sets for Pavement rehabilitation (Grind and overlay) including restriping at Diamond Drive, between Mission Trail and Malaga Road; and local pavement rehabilitation at Gunnerson Street. The project was advertised on July 15, 2020. On August 10, 2020, the bids were publicly opened. The low bidder is All American Asphalt at a total cost of $1,326,273.00. Discussion Contractor Bids were secured via the city’s electronic bidding portal on August 10, 2020, at 2:00 PM and results were made publicly visible. The City received eight (8) bids from qualified contractors. Staff recommends awarding the project to the apparent low bidder , All American Asphalt. Page 2 of 2 The bid results are summarized below: Contractor (Bidder) Total Bid Amount 1. All American Asphalt $1,326,273.00 2. Pavement Coatings Co $1,394,842.95 3. American Asphalt South $1,420,697.15 4. MVC Enterprises, Inc. $1,484,201.70 5. VSS International, Inc. $1,575,120.00 6. Roy Allen Slurry Seal $1,661,422.39 7. Intermountain Slurry Seal, Inc. $1,884,884.00 8. Eagle Paving $1,868,740.45 Fiscal Impact Public Works Construction Contract will result into a cost of $1,326,273.00 plus an additional 10% in contingency of $132,627. Funding for this project is allocated within the adopted CIP Budget. Exhibits A. Contract B. Contractor Proposal C. Project Area 1 Agreement No. __________ AGREEMENT FOR PUBLIC WORKS CONSTRUCTION All American Asphalt For the Citywide Slurry Seal Project CIP PROJECT NO. Z10014 This Agreement for Public Works Construction (“Agreement”) is made and entered into as of August 25, 2020 by and between the City of Lake Elsinore, a municipal corporation (“City”) and All American Asphalt (“Contractor”). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1. The Project and Project Documents. Contractor agrees to construct the following public improvements (“work”) identified as: Citywide Slurry Seal Project (the “Project”) The City-approved plans for the construction of the Project, which are incorporated herein by reference and prepared by the City of Lake Elsinore, are identified as: Citywide Slurry Seal Plans The Project Documents include this Agreement and all of the following: (1) the Notice Inviting Bids, Instructions to Bidders, Bid Documents including Bidder’s Proposal as submitted by the Contractor, Contract Documents, General Specifications, Special Provisions, and all attachments and appendices; (2) everything referenced in such documents, such as specifications, details, standard plans or drawings and appendices, including all applicable State and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or extending the work contemplated as may be required to insure completion in an acceptable manner. All of the provisions of the above-listed documents are made a part of this Agreement as though fully set forth herein. 2. Compensation. a. For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to construct the Project, including furnishing all materials and performing all work required for the Project, and to fulfill all other obligations as set forth in the Bidder’s Proposal, such contract price being One Million Three Hundred Twenty Six Thousand Two Hundred Seventy Three dollars ($1,326,273.00). 2 b. City hereby promises and agrees to employ, and does hereby employ, Contractor to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Project Documents. c. Contractor agrees to receive and accept the prices set forth in the Bidder’s Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the Project Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 3. Completion of W ork. a. Contractor shall perform and complete all work within One Hundred Twenty (120) working days from the date of commencement specified in the Notice to Proceed, and shall provide, furnish and pay for all the labor, materials, necessary tools, expendable equipment, and all taxes, utility and transportation services required for construction of the Project. b. All work shall be performed and completed in a good workmanlike manner in strict accordance with the drawings, specifications and all provisions of this Agreement as hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and any other legal requirements governing the Project. c. Contractor shall not be excused with respect to the failure to so comply by any act or omission of the City, the City Engineer, a City inspector, or a representative of any of them, unless such act or omission actually prevents the Contractor from fully complying with the requirements of the Project Documents, and unless the Contractor protests at the time of such alleged prevention that the act or omission is preventing the Contractor from fully complying with the Project Documents. Such protest shall not be effective unless reduced to writing and filed with the City within three (3) working days of the date of occurrence of the act or omission preventing the Contractor from fully complying with the Project Documents. d. City and Contractor recognize that time is of the essence in the performance of this Agreement and further agree that if the work called for under the Agreement is not completed within the time hereinabove specified, damages will be sustained by the City and that, it is and will be impracticable or extremely difficult to ascertain and determine the actual amount of damages the City will sustain in the event of, and by reason of, such delay. It is, therefore, agreed that such damages shall be presumed to be in the amount of Five Hundred dollars ($500.00) per calendar day, and that the Contractor will pay to the City, or City may retain from amounts otherwise payable to Contractor, such amount for each calendar day by which the Contractor fails to complete the work, including corrective items of work, under this Agreement within the time hereinabove specified and as adjusted by any changes to the work. 3 4. Changes to Work. City and Contractor agree that the City may make changes to the work, or suspend the work, and no matter how many changes, such changes or suspensions are within the contemplation of the Contractor and City and will not be a basis for a compensable delay claim against the City nor be the basis for a liquidated damage claim against the Contractor. Any change to the work shall be by way of a written instrument (“change order”) signed by the City and the Contractor, stating their agreement to the following: a. The scope of the change in the work; b. The amount of the adjustment to the contract price; and c. The extent of the adjustment to the Schedule of Performance. The City Engineer is authorized to sign any change order provided that sufficient contingency funds are available in the City’s approved budget for the Project. All change in the work authorized by the change order shall be performed under the applicable conditions of the Project Documents. City and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustments for such changes. 5. Bonds. Contractor shall provide, before commencing work, a Faithful Performance Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price in the form that complies with the Project Documents and is satisfactory to the City Attorney. 6. Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed of by Contractor without the prior written consent of City. 7. Licenses. Contractor represents and warrants to City that it holds the contractor’s license or licenses set forth in the Project Documents, is registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business license. 8. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, the County and Board Supervisors, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to 4 property, or violation of law. It is understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Contractor from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 9. Insurance Requirements. a. Insurance. Contractor, at Contractor’s own cost and expense, shall procure and maintain, for the duration of the Agreement, unless modified by the City’s Risk Manager, the following insurance policies. i. Workers’ Compensation Coverage. Contractor shall maintain Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. In the event that Contractor is exempt from Worker’s Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. ii. Commercial General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liability Coverage. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may be attached limiting the coverage. 5 iv. Builder’s Risk Coverage. Prior to the commencement of any construction of the Project, Design-Builder shall obtain (or cause to be obtained) and keep in force during the term of any construction, builder’s risk insurance insuring for all risks of physical loss of or damage (excluding the perils of earthquake and flood). v. Professional Liability Coverage Contractor shall maintain professional errors and omissions liability insurance appropriate for Contractor’s profession for protection against claims alleging negligent acts, errors or omissions which may arise from Contractor’s services under this Agreement, whether such services are provided by the Contractor or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general commercial liability and automobile liability insurance policy shall be with insurers possessing a Best’s rating of no less than A:VII and shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured with respect to liability arising out of work performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. v. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. c. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City’s option, Contractor shall demonstrate financial capability for payment of such deductibles or self-insured retentions. d. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of 6 performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 10. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Contractor: All American Asphalt Attn: Edward Carlson 400 East Sixth Street Corona, CA 92879 11. Entire Agreement. This Agreement constitutes the complete and exclusive statement of agreement between the City and Contractor. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 12. Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 13. Assignment and Subcontracting. Contractor shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties for obligations of the Contractor under this Agreement will be permitted only with the express consent of the City. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 14. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 15. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 16. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 7 17. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys’ fees. 18. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 19. Authority to Enter Agreement and Administration. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. The City Engineer shall act as the Project administrator on behalf of the City. 20. Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 21. Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 22. Prevailing W ages. a. Contractor and all subcontractors shall adhere to the general prevailing rate of per diem wages as determined and as published by the State Director of the Department of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore and are available for review upon request. 8 b. Contractor's attention is directed to the provisions of Labor Code Sections 1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these Sections. The statutory provisions for penalties for failure to comply with the State's wage and the hours laws will be enforced. c. Labor Code Sections 1774 and 1775 require the Contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures and certain notices required of the Contractor pertaining to their location. The statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner without regard to when the Project was awarded to Contractor. d. Labor Code Section 1777.5 requires Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project, which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the Agreement. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade and if other contractors on the public works site are making such contributions. Information relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age. e. Eight hours labor constitutes a legal day's work, as set forth in Labor Code Section 1810. 23. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. [Signatures on next page] 9 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. “CITY” CITY OF LAKE ELSINORE, a municipal corporation “CONTRACTOR” All American Asphalt Grant Yates, City Manager ATTEST: By: Edward Carlson Its: Vice President City Clerk APPROVED AS TO FORM: By: Click or tap here to enter text. Its: Click or tap here to enter text. City Attorney Risk Manager EXHIBIT A CONTRACTOR’S PROPOSAL [ATTACHED] EXHIBIT B LIST OF SUBCONTRACTORS [ATTACHED] CITY OF ser LADE L2, LSIHOKE 114-0 DREA ADDENDUM NUMBER 1 PROJECT TITLE: Citywide Slurry Seal Project—CIP No. Z10014 DATE: July 31, 2020 The following is an ADDENDUM to the contract documents for the above referenced project. 1. Bid Opening Date change. Bid opening is August 10, 2020 at 2:00 p.m. 2. Added Bid Schedule C—Optional Area "E" Gunnerson Street Prospective bidders are required to acknowledge receipt of this addendum to the contract on the bid proposal form. Sincerely, ���- Ramon Habib City Engineer CITY Or ,leis LADE nLSINOKE DREAM EXl'REML ADDENDUM NUMBER 2 PROJECT TITLE: Citywide Slurry Seal Project—CIP No. Z10014 DATE: August 5, 2020 The following is an ADDENDUM to the contract documents for the above referenced project. 1. Revised Bid Schedule B, Sheet C-S-Deleted Slurry- Line Item No. 4 Prospective bidders are required to acknowledge receipt of this addendum to the contract on the bid proposal form. Sincerely, �,L - Remon Habib City Engineer \ § § ! ] ! ) § § w � > : \ o �§ } . j : z » \\ \ o $ ~� | , � ; \� | § \ � � ! $ ( \ / ! , ! . 00 r . ! . | § se , - \ m c \ m ƒ LLJ z � \ . } iLu | `} ` • ! \ | � | | ; ri CITY OF LAKE ELSINORE CIP Project No. Z10014 SECTION C BID DOCUMENTS B-6 CITY OF LAKE ELSINORE CIP Project No. Z10014 BIDDER'S PROPOSAL CITYWIDE SLURRY PROJECT CIP PROJECT NO.Z10014 Company: All American Asphalt Honorable Mayor, Members of the Council: In accordance with the Notice Inviting Bids pertaining to the receiving of sealed proposals by the City Clerk of the City of Lake Elsinore for the above titled improvement, the undersigned hereby proposes to furnish all Work to be performed in accordance with the Specifications, Standard Drawings, and the Contract Documents, for the unit price or lump sum set forth in the following schedule: Time of Completion: ONE HUNDRED TWENTY(120)Working Days from Issuance of Notice to Proceed (NTP) by City to Contractor. BID SCHEDULE A ITEM NO. DESCRIPTION UNIT CITY UNIT COST TOTAL 1 MOBILIZATION, DEMOBILIZATION AND CLEANUP LS 1 91 STORM WATER AND NON-STORM WATER 2 POLLUTION CONTROL LS 1 3SO�•N 3SaC�.f 3 TRAFFIC CONTROL LS 1 V`/ MID 4 TYPE II SLURRY TON 3592 ,(� &Osj q% 5 2"OVERLAY TON 1050 W.o0 1 is z9b. 6 3"AC RECONSTRUCTION TON 105 WaD ¢19 349.0 7 GRIND&REMOVE AC CY 525 Am (7e9r50 8 ROUT AND SEAL RANDOM CRACKS LS 1 ;T SDO ;'► ST3U REMOVE TRAFFIC STRIPE, PAVEMENT MARKINGS 9 AND PAVEMENT MARKERS LS 1 4 f7� bl�s�• THERMOPLASTIC 12"WHITE LIMIT LINE AND ,I "STOP" PAVEMENT MARKING PER C.O.L.E.STD. ` -vo Tr 10 410 SF 1750 THERMOPLASTIC DOUBLE YELLOW CENTERLINE 11 STRIPING PER CALTRANS STD.A20A, DETAIL 22 LF 800 wise 4(m• QD THERMOPLASTIC 61NCH/6INCH DOUBLE YELLOW MEDIAN ISLAND STRIPING PER CALTRANS STD. O sS /� a(�O.OD 12 A20D,DETAIL 39 LF 9,200 7� THERMOPLASTIC BIKE LANE STRIPING PER �y 13 CALTRANS STD.A20B, DETAIL 28 LF 8,200 �' f� 7�Z a�• OD THERMOPLASTIC INTERSECTION BIKE LANE 14 STRIPING PERCALTRANSSTD.A20D, DETAIL39A LF 2,800 1 ��•�� THERMOPLASTIC BIKE LANE ARROWS PER CALTRANS STD.A24D BIKE LANE SYMBOL PER SO 017 15 DETAILA24C SF Soo C-7 CITY OF LAKE ELSINORE CIP Project No. Z10014 ADDENDUM 2 THERMOPLASTIC WHITE PAVEMENT MARKINGS PER CALTRANS STD A24A FOR ARROWS,A24C FOR or,4m. 4 00 16 SYMBOLS AND A24D FOR WORDS SF 1200 • THERMOPLASTIC WHITE 12"CROSSWALK PER ,l 17 CALTRANS STD A24F LF 120 4.00 �'QO THERMOPLASTIC 8"CHANNELIZING LINE PER 18 CALTRANS STD A20D, DETAIL 38 LF 1000 60156 -7se� THERMOPLASTIC 6" EDGE LINE PER CALTRANS STD - 19 A208, DETAIL 27B LF 250 a•a s• w PROTECT AND ADJUST MANHOLE/SEWER paw 20 CLEANOUT DURING GRIND&OVERLAY EA 8 07�•� �� ` �'� PROTECT/ADJUST WATER VALVE DURING GRIND& 21 OVERLAY EA 7 5"•110 q/ TOTAL BID 44t 7 Total Bid for Bid Schedule A: 7 q•�/ Z ( �� (Figures' Total Bid for Bid Sch BID SCHEDULE B (Table is Applicable to Optional Area "D"-Diamond Drive - Only) ITEM NO. DESCRIPTION UNIT QTY UNIT COST TOTAL 1 MOBILIZATION, DEMOBILIZATION AND CLEANUP LS 1 3�AOO I OrjO STORM WATER AND NON STORM WATER 2 POLLUTION CONTROL LS 1 3 TRAFFIC CONTROL LS 1 ( OQO 14, a0e 4 5 2"OVERLAY TON 1972 6 3"OVERLAY TON 883 `�•�� `�/0 • 7 GRIND& REMOVE AC CY 1214 Z(• et►9w1W� o 8 ROUTAND SEAL RANDOM CRACKS LS 1 1*1STO 1 Tf ,w • G REMOVE TRAFFIC STRIPE, PAVEMENT MARKINGS 9 AND PAVEMENT MARKERS LS 1 yI�J �f 3� •aO THERMOPLASTIC 12"WHITE LIMIT LINE AND "STOP" PAVEMENT MARKING PER C.O.L.E. STD. 10 410 SF 25 C-8 CITY OF LAKE ELSINORE CIP Project No. Z10014 THERMOPLASTIC DOUBLE YELLOW CENTERLINE O,� ��• 11 STRIPING PER CALTRANS STD.A20A, DETAIL 22 LF 600 THERMOPLASTIC 6 INCH/6 INCH DOUBLE YELLOW MEDIAN ISLAND STRIPING PER CALTRANS STD. O •S5 ,f Sic. 12 A201), DETAIL 39 LF 2800 1 THERMOPLASTIC BIKE LANE STRIPING PER 13 CALTRANS STD.A208, DETAIL 29 LF 400 (•Z S�. 0 THERMOPLASTIC BIKE LANE ARROWS PER CALTRANS STD.A24D BIKE LANE SYMBOL PER ,f'�O WK.00 14 DETAIL A24C SF 50 Y THERMOPLASTIC WHITE PAVEMENT MARKINGS PER CALTRANS STD A24A FOR ARROWS,A24C FOR S� Z ''rr 15 SYMBOLS AND A24D FOR WORDS SF 550 /`f7g;-.0a THERMOPLASTIC WHITE 12" CROSSWALK PER 16 CALTRANS STD A24F LF 1200 {�• THERMOPLASTIC S"CHANNELIZING LINE PER 0.1� 5?w•SO 17 CALTRANS STD A20D, DETAIL 38 LF 770 THERMOPLASTIC 6" EDGE LINE PER CALTRANS STD f 18 A2013, DETAIL 27B LF 720 THERMOPLASTIC 6 INCH/6 INCH TWO WAY LEFT q 19 TURN LANE PER CALTRANS STD A20B, DETAIL 32 LF 920 1- 00 /7,0 '00 THERMOPLASTIC 6" LANE LINE PER CALTRANS STD .` 20 A20A, DETAIL 9 LF 4920 21 6"THERMOPLASTIC SOLID WHITE STRIPE LF 460 0• SS %55.60 22 REMOVE/REPLACE TRAFFIC LOOPS EA 4 11`06. 0 31 166• 23 REMOVE/REPLACE STOP SIGN/POST EA 1 111 IS.00 1S. ( 0 24 THERMOPLASTIC GORE AND DIAGONAL STRIPING LS 1 1, Mo. Go to&a0. 00 THERMOPLASTIC 6 INCH WHITE LANE DROP (, 00 �60,OC 2S STRIPING PER CALTRANS STD.A20C, DETAIL 37B LF 400 PROTECT AND ADJUST MANHOLE/SEWER 6 26 CLEANOUT DURING GRIND&OVERLAY EA 13 D 30'00 101*1*t0' 0 PROTECT/ADJUST WATER VALVE DURING GRIND& 27 OVERLAY EA 50 7D�+•�0 291000• TOTAL BID PRICE Total Bid for Bid Schedule B: af 3 2 91 000. m (Figures' Tota d for Bid S ule B: C-9 0 CITY OF LAKE ELSINORE CIP Project No. Z10014 TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR CITYWIDE SLURRY PROJECT CIP NO. Z10014 Total Bid Price in Numbers in case of discrepancy between the n price and the numerical price, the written price shall Drevail. Note: Estimated quantities are for the purpose of Bid comparison only; payments will be made on the basis of actual measurement of Work completed, except for lump sum (LS) and final pay (F) quantities. (S) denotes a specialty item. The Bid Price shall include, but not be limited to, sales tax and all other applicable taxes and fees. All work described on the plans and in the specifications and other incidentals necessary to complete the project shall be paid under items above. No additional payments will be allowed. *BID MAY BE REJECTED IF TOTAL IS NOT SHOWN FOR BOTH FIGURES AND WORDS. C-10 BID SCHEDULE C (Table is Applicable to Optional Area "E"-Gunnerson Street - Only) ITEM NO. DESCRIPTION UNIT QTY UNIT COST TOTAL 1 MOBILIZATION, DEMOBILIZATION AND CLEANUP LS 1 "O STORM WATER AND NON STORM WATER 2 POLLUTION CONTROL LS 1 ZSfl•ob ��'Q� 3 TRAFFICCONTROL LS 1 rrOO.QO §CIO.QO 4 GRIND&REMOVE AC CY 8 3il.00 Z7=• • Er0 5 2" OVERLAY TON 16 qtS•00 tt 3so•0o 6 ROUT AND SEAL RANDOM CRACKS LS 1 SjSo'0 S►S00• THERMOPLASTIC DOUBLE YELLOW CENTERLINE 7 STRIPING PER CALTRANS STD.A20A, DETAIL 22 LF 50 5-. 00 ZS0• ao THERMOPLASTIC 6" EDGE LINE PER CALTRANS STD 8 A208, DETAIL 27B LF 100 67. 00 M.00 TOTAL BID PRICE t 02. . TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR CITYWIDE SLURRY PROJECT CIP NO. Z10014 $ 01(0 . �Lll). M Total Bid Price in Numbers P riff r O In case of discrepancy between the written price an the numerical price, the written price shall prevail. Note: Estimated quantities are for the purpose of Bid comparison only; payments will be made on the basis of actual measurement of Work completed, except for lump sum (LS) and final pay (F) quantities. (S) denotes a specialty item. The Bid Price shall include, but not be limited to, sales tax and all other applicable taxes and fees. All work described on the plans and in the specifications and other incidentals necessary to complete the project shall be paid under items above. No additional payments will be allowed. *BID MAY BE REJECTED IF TOTAL IS NOT SHOWN FOR BOTH FIGURES AND WORDS. C-1 CITY OF LAKE ELSINORE CIP Project No. Z10014 The undersigned agrees to enter into and execute a contract,with necessary bonds, at the unit prices set forth herein and in case of default in executing such contract, with necessary bonds, the check or bond accompanying this bid and the money payable thereon shall be forfeited thereby to and remain the property of the City of Lake Elsinore. The above unit prices include all work appurtenant to the various items as outlined in the Specifications and all work or expense required for the satisfactory completion of said items. In case of discrepancies between unit prices and totals,the unit prices shall govern. The undersigned declares that it has carefully examined the Plans, Specifications, and Contract Documents, and has investigated the site of the work and is familiar with the conditions thereon. All American Asphalt Contractor Date: By: Eawara I Crar s�Vice Pres. Contractor's State License No.: #267073 Class: A, C-12 Department of Industrial Relations Registration No: #1000001051 Registration Date: 7-1-2020 Expiration Date: 6-30-2023 Address: PO Box 2229 - Corona, CA 92878 Phone: 951-736-7600 FAX: 951-736-7646 C-11 CITY OF LAKE ELSINORE CIP Project No. Z10014 ACKNOWLEDGMENT OF ADDENDA RECEIVED CITYWIDE SLURRY PROJECT CIP PROJECT NO. Z10014 The Bidder shall acknowledge the receipt of addenda by placing an "X" by each addendum received. Addendum No. 1 �,/ Addendum No. 2 X Addendum No. 3 Addendum No. 4 If an addendum or addenda have been issued by the City and not noted above as being received by the Bidder, the Bid Proposal may be rejected. Bidders Signatu a Date Edward J. Carlson Vice President Print Name Title C-12 CITY OF LAKE ELSINORE CIP Project No. Z10014 NON-COLLUSION AFFIDAVIT CITYWIDE SLURRY PROJECT CIP PROJECT NO. Z10014 STATE OF CALIFORNIA ) ) SS COUNTY OF Riverside ) (NAME) Edward J. Carlson affiant being first duly sworn, deposes and says: That he ar she is Vice President of (sole owner, partner or other proper title) All American Asphalt the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his-er-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: PO Box 2229 - Corona, CA 92878 Telephone No.: 951-736-7600 Print Name: Edward J. Carlson Signature: z��//,�C� Title: Vice President Date: SIGNING INSTRUCTIONS TO THE CONTRACTOR Non-Collusion Affidavit must be accompanied by notary certificates for signature. Note the description of the document on the notary certificate. Attach notary certificate immediately followina this page. If the Bidder fails to properly sign or omits the required signature, the bid will be considered non-responsive and will be rejected. C-13 CALIFORNIA JURAT GOV CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 7th day of August 2 Date Month By (1) Edward J. Carlson Name of Signer Proved to me on the basis of satisfactory evidence be the person who eared before me S.ROYSTER P appeared (•) ( ) Notary PubOc-Clr la ComR.I.i oa/22603 52F (and My Cemm.Expires Oct 26.2022 (2) e of Signer Proved eon the basis of satisfactory evidence be a person who appeared before me.) k:jeSignature Place Notary Seal Above Signatur of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document a Title or Type of Document Non-Collusion Affidavit -._ _ TOP of thumb here Document Date: 8-7-2020 Numberof Pages: f Signer(s)Other Than Named Above: None CITY OF LAKE ELSINORE CIP Project No. Z10014 REFERENCES CITYWIDE SLURRY PROJECT CIP PROJECT NO. Z10014 Failure to demonstrate adequate experience may result in rejection of the bid. For all public agency projects with a similar scope of work which you have worked on (or are currently working on) in the past three ''(3) yy�e''ars, provide the /following required information: WIC 1. Name (Firm/Agency) 0 V � u^ Address of 7r %o f Project Title QQ A"* Project Location DLL Type of Work r UY Project Manager Contact L'{ $1D 7OIls Phone Dated Completed 12 -zal,l y TContract Amount 139 (Il /ut. 9 S- 2. Name (Firm/Agency) Address f.& • ; S —pp � �,�\\ ovZ' Project Title ( {..�(�i W 1�--0 A'6-� Project Location Y t �J6 M -kT> Type of Work S72�4�� :tW PI�./JY - Project Manager Contact A)bw* A ,, Phone to 24 ca n" 3 �Li Dated Completed I I' -� 1 7� Contract Amount 3 � a a �l� 3. Name (Firm/Agency) 7! ?AJ k) /�� Address RAI u e� n.U , 41& `^' Project Title 1-Fi [ L � ++ ,, ��A-i ,� a6 Kit e Project Location #V L � "-w Type of Work G'&i 1uP Project Manager Contac Mo5LxnA- Phone 7t�f-$36- S525' Dated Completed Contract Amount 2-K a2e- Ob C-17 CITY OF LAKE ELSINORE CIP Project No. Z10014 List any other projects (private, older than three(3)years, etc.)that may represent qualifying or similar experience: 4. Name (Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount 5. Name (Firm/Agency) Address p� Project Title 4`5w A�T{�7 Project Locationi(d/��/ � Type of Work Project Manager Contact Phone Dated Completed Contract Amount 6. Name (Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount C-18 2017 SLURRY SEAL PAST WORK REFERENCES City of La Quinta FY 16-17 Phase 2 Desert Club 74-495 Calle Tampico Contract Amount: $697,474.76 La Quinta, CA 92253 Completed: 12/2017 Contact: Ubaldo Ayon Jr. Phone: (760) 777-7051 City of Desert Hot Springs Hacienda Ave. #2013-04 65-950 Pierson Blvd Contract Amount: $327,11 LI0 Desert Hot Springs,CA 92240 Completed: 12/2016 Contact: Daniel Porras Phone: (760) 329-6411 Ext. 216 Cell: (760) 641-0057 City of La Quinta Pavement Management Plan Project 74-495 Calle Tampico Contract Amount: $401,830.00 La Quinta, CA 92253 Completed: 12/2016 Contact: Ubaldo Ayon Jr. Phone: (760) 777-7051 112017" PAST WORK REFERENCES City of Rancho Cucamonga Base Line Rd. Pavement Rehab. 10500 Civic Center Drive Contract Amount: $1,130,470 Rancho Cucamonga, CA 91730 Start: 05/2017 Contact: Romeo David, (909)477-2740 Completed: 07/2017 Romeo.David@cityofrc.us City Of Temecula Margarita Road Pavement 41000 Main Street Rehab Temecula, CA 92590 Contract Amount: $2,577,770 Contact: William Becerra, (951)694-6444 Start: 05/2017 Will.becerra@temecula.gov Completed: 11/2017 Tumi Oi Applee Vdiiey ivdvdju Rudu nciidLiiiidiiun 14955 Dale Evans Pkwy Contract Amount: $849,182 Apple Valley, CA 92307 Start: 08/2017 Contact: Rich Berger, (760)240-7000 Completed: 11/2017 rberger@applevalley.org City Of Victorville Water Warehouse #1 Paving 14343 Civic Dr. Project Victorville, CA 92392 Contract Amount: $251,008 Contact: Carlos Seanez, (760)955-5162 Start Date: 04/2017 cseanez@victorvilleca.Qov Completed: 06/2017 City Of Santee Citywide Slurry Seal & Roadway 10601 Magnolia Ave Building 4 Maintenance 2017 Santee, CA 92071 Contract Amount: $285,061.90 Contact: Toby M. Espinola, P.E., (619)258-4100 Start: 06/2017 tobvespinola@cityofsanteeca.sov Completed: 10/2017 City Of Yucaipa 2015-2016 Micro-Surfacing 34272 Yucaipa Blvd. Program Project No.11043 Yucaipa, CA 92399 Contract Amount: $252,379.06 Contact: John Larose, (909)797-2489 Start: 07/2017 ilarose@vucaipa.org Completed: 08/2017 City Of West Covina Residential Street Rehabilitation Eclipse Way &Jennifer PI SP 17038 West Covina, CA 91792 Contract Amount: $469,960.70 Contact: Hany Demitri, (626)939-8445 Start: 05/01/17 Hanv.Demitri@westcovina.gov Completed: 06/09/2017 City Of Highland 2015-16 CDBG Streets Pavement McKinley Ave & 911 St Improvements San Bernardino, CA 92410 Contract Amount: $823,389.68 Contact Name: Carlos Zamano, (909)864-8732 Start: 06/05/17 czamano@cityofhighland.org Completed: 10/13/17 County Of Riverside Gilman Springs 2950 Washington Street Contract Amount: $1,662,671.20 Riverside, CA 92504 Start: 11/2016 Contact Name: Justin Robbins, (951)955-6885 Completed: 08/2017 JROBBINS@rctlma.org City Of Palm Springs Taxiway J Rehabilitation 3400 E. Tahquitz Cyn Way Ste 1 Contract Amount: $291,482.99 Palm Springs, CA 92262 Start: 09/2017 Contact Name: Robert Denning, (541)324-7321 Completed: 10/2017 Robert.denning@aecom.com County Of Orange Pavement Maintenance and Repair P.O. Box 4048 Contract Amount: $3,115,000.00 Santa Ana, CA 27074 Start: 08/2016 Contact Name: Rick Cathay, (949)252-5171 Completed: 12/2017 RCathey@ocair.com City Of Anaheim Santa Ana Streets from Claudia to 200 S. Anaheim Blvd. Claudia Anaheim, CA 92805 Contract Amount: $589,270.00 Contact Name: Bob Palaeologus, (562)879-3602 Start: 06/2016 rpalaeolosus@simplusmanagement.com Completed: 12/2017 "2016" PAST WORK REFERENCES City of Riverside 2014/2015 Preservation and Maintenance 3900 Main St. Contract Amount: $3,400,725.00 Riverside, CA 92501 Start: 01/2016 Contact: Steve Howard, (951)826-5708 Completed: 06/2016 City of Rancho Santa Margarita Annual Residential Overlay 2212 El Pasco Contract Amount: $245,190.00 Rancho Santa Margarita, CA 92688 Start: 01/2016 Contact: Max Maximous, (949)635-1800 Completed: 09/2016 City of Diamond Bar Grand Ave. Beautification Project 21810 Copley Drive Contract Amount: $1,939,000.00 Diamond Bar, CA 91765 Start: 08/2015 Contact: Kimberly Young, (909) 839-7044 Completed: 05/2016 City of Bell Florence Avenue Overlay 6330 Pine Avenue Contract Amount: $643,000.00 Bell, CA 90201 Start: 04/2016 Contact: Dahi Kim, (323)923-2628 Completed: 09/2016 Department of Transportation Route 111, Contract No. 08-1C4604 72-800 Dinah Shore Dr. Ste. 104 Contract: $1,536,207.00 105 Palm Desert, CA 92211 Start: 04/2016 Contact: Khoi Vu, (951) 232-6263 Completed: 09/2016 Department of Transportation Route 73, Contract No. 12-OM1104 3251 '/.University Dr. Trailer No. 2 Contract Amount: $1,545,163.00 Irvine, CA 92612 Start: 4/2015 Contact: Peter Shieh, (949)279-8636 Completed: 07/2016 City of Victorville Bear Valley Road Reconstruction 14343 Civic Drive Contract Amount: $2,611,215.00 Victorville, CA 92392 Start: 04/2016 Contact: Bruce Miller, (760)269-0045 Completed: 07/2016 City of Perris 4u' Street Improvement Project 101 N. D Street Contract Amount: $545,680.00 Perris, CA 92570 Start Date: 03/2016 Contact: Brad Brophy, (951)943-6504 Completed: 07/2016 City of Palos Verdes Estates FY 15-16 St. Resurfacing& Slurry Seal Project 340 Palos Verdes Drive West Contract Amount: $876,455.00 Palos Verdes Estates, CA 90274 Start: 11/2015 Contact: Ken Rukavina, (310)378-0383 Completed: 06/2016 City of Newport Beach Corona Del Mar Entry Improvements 100 Civic Center Drive Contract Amount: $497,497.00 Newport Beach, CA 92660 Start Date: 02/2016 Contact: Alfred Castanon, (949)644-3314 Completed: 05/2016 City of Newport Beach Cameo Shores Pavement Reconstruction 100 Civic Center Drive Contract Amount: $3,363,363.00 Newport Beach, CA 92660 Start Date: 06/2016 Contact: Frank Tran, (949)644-3340 Completed: 12/2016 City of Aliso Viejo Pacific Park Rehab.-Chase to 73 Fwy 12 Journey, Suite 100 Contract Amount: $633,633.00 Aliso Viejo, CA 92656 Start Date: 10/2016 Contact: Chris Tanio, (949)425-2531 Completed: 12/2016 2014 - 2016 SLURRY SEAL PAST WORK REFERENCES City of Torrance Residential Slurry Seal Program 3031 Torrance Blvd Contract Amount: $1.830,000 Torrance,CA 90503 Completed: 1 1/2014 Contact: Stephance Comon(310)781-6900 City of Escondido FY 13-14 Street Maintenance Project 201 N Broadway Contract Amount: $1,650,000 Escondido,CA 92025 Completed: 12/2014 Contract: Matt Souttere,(760) 839-4651 City of Enstvale Archibald Avenue Slurry Seal Project 12363 Limonite Ave Contract Amount: $995,000 Eastvale,CA 91752 Completed: 3/2015 Contact: Ruben Castaneda(951)7034470 City of Ontario Improvements in Ontario for Police 303 East B St Contract Amount: $54,850.25 Ontario,CA 91764 Completed: 9/2015 Contact: Gary Hanns,(909)395-2130 Town of Yucca Valley ']'own Wide Slurry Seal Project 58928 Business Center Drive Contract Amount: $449,400 Yucca Valley,CA 92284 Completed: 10/2015 Contact: Alex Qisbita,(760)369-6575 City of Lake Elsinore FY 2014-2015 Slurry Seal Program—Phase I A 130 S. Main St Contract Amount: $137,783.36 Lake Elsinore,CA 92530 Completed: 1 1/2015 Contact: Deepak Solanki, (951)674-3124 CITY OF LAKE ELSINORE CIP Project No. Z10014 CONTRACTOR INFORMATION CITYWIDE SLURRY PROJECT CIP PROJECT NO. Z10014 Contractor's License No.: #267073 Class: A, C-12 a. Date first obtained: 1-19-1971 Expiration 1-31-2022 b. Has License ever been suspended or revoked? NO If yes, describe when and why: c. Any current claims against License or Bond? NO If yes, describe claims: Principals in Company (List all—attach additional sheets if necessary): NAME TITLE LICENSE NO. (If Applicable) Mark Luer President #267073 Edward J. Carlson Vice President Michael Farkas Secretary C-19 CITY OF LAKE ELSINORE CIP Project No. Z10014 VIOLATIONS OF FEDERAL. STATE OR LOCAL LAWS CITYWIDE SLURRY PROJECT CIP PROJECT NO. Z10014 Has your firm or its officers been assessed any penalties by an agency for noncompliance or violations of Federal, State or Local labor laws and/or business or licensing regulations within the past five (5) years relating to your construction projects? YES AM (circle one) Federal / State/ Local (circle one) If"YES," identify and describe, (including agency and status): N/A Have the penalties been paid? YES / NO (circle one) N/A 2. Does your firm or its officers have any ongoing investigations by any public agency regarding violations of the State Labor Code, California Business and Professions Code or State Licensing Laws? YES 4M (circle one) Code/Laws: N/A Section/Article: If"yes," identify and describe, (including agency and status): N/A V -7- ZOZo Signatu Date Edward J. Carlson Vice President Print Name Title All American Asphalt Contractor Name C-20 CITY OF LAKE ELSINORE CIP Project No. Z10014 DISQUALIFICATION OR DEBARMENT CITYWIDE SLURRY PROJECT CIP PROJECT NO. Z10014 Has your firm, any officer of your firm, or any employee who has a proprietary interest in your firm ever been disqualified, removed, or otherwise prevented from bidding on, performing work on, or completing a federal, state or local project because of a violation of law or a safety regulation? YES / ® (circle one) If yes, provide the following information (if more than once, use separate sheets): Date: Entity: Location: N/A Reason: Provide Status and any Supplemental Statement: N/A Has your firm been reinstated by this entity? YES / NO (circle one) N/A Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. ZOZO Signatu a Date Edward J. Carlson Vice President Print Name Title All American Asphalt Contractor Name C-21 CITY OF LAKE ELSINORE CIP Project No. Z10014 If the Bidder fails to properly sign or omits the required signature, the bid will be considered non-responsive and will be rejected. UTILITY AGREEMENT CITYWIDE SLURRY PROJECT CIP PROJECT NO. Z10014 HONORABLE MAYOR AND CITY COUNCIL CITY OF LAKE ELSINORE, CALIFORNIA The undersigned hereby promises and agrees that in the performance of the work specified in this contract for Project No. Z10014 CITYWIDE SLURRY PROJECT Improvements, (1) (we) (it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary, primary or transmission facilities. The term "Qualified person" is defined in Title 8, California Administrative code, Section 2700, as follows: Qualified Person: A person who by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Si natur By: Edward J. Carlson Name Vice President Title All American Asphalt Contractor Name PUBLIC PRgRACT CODE CITY OF LAKE ELSINORE CIP Project No. Z10014 CITYWIDE SLURRY PROJECT CIP PROJECT NO.Z10014 Public Contract Code Section 10286.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, State. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder ie has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after"has"or"has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation: Yes_ No X If the answer is yes, explain the circumstances in the following space. Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232,the Contractor, hereby states under penalty of perjury, that no more than one Final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediate preceding two-year period because of the Contractor's failure to comply with an order of federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Signal Date Edward J. Carlson Vice President Print Name Title All American Asphalt Contractor Name C-23 CITY OF LAKE ELSINORE CIP Project No. Z10014 BOND NO. 08597423 Bid Date: 08/05/2020 BIDDER'S BOND CITYWIDE SLURRY PROJECT CIP PROJECT NO. Z10014 KNOW ALL MEN OR WOMEN BY THESE PRESENTS: That we All American Asphalt 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,firmly by these presents. In no case shall the liability of the surety hereunder exceed the amount of Ten Percent of Total Amount eld---(fo%of 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 by law, and files the required insurance certificate(s) in accordance with said Contract documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and effect until execution of the Agreement or forfeiture pursuant to the Provisions of Sections 20172 and 20174 of the Public Contract Code. In the event suit is brought upon this bond by the City and judgment is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixed by the court. (SIGNATURE PAGE FOLLOWS) C-14 CITY OF LAKE ELSINORE CIP Project No. Z10014 BIDDER'S BOND SIGNATURE PAGE CITYWIDE SLURRY PROJECT CIP PROJECT NO. Z10014 IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 22nd day of July 2020 BIDDER: CORPORATE SURETY: Contractor Name: All American Asphalt Company Name: Fidelity and Deposit Company of Maryland Address: 400 East Sixth Street Address: 777 S. Figueroa Street,Suite 3900 Corona, CA 92879 Los Angeles, CA 90017 Telephone No.: (951)736-7600 Telephone No.: (213)270-0600 Print Name: CA&VAU T. CArQAbOr1 Print Name: yyilllam Syrkin Title:V CVttia. Patde-s'�b err� Title: Attorney-in-Fact Signature: c Signature: 0-- Date: O ' - !,y 7i`Q Date: July 22,2020 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-fact for corporate surety must be registered, as such, in at least one county in the State of California. Attach one original Power of Attorney immediately following the notary certificates. If the Bidder fails to properly sign or omits the required signatures,the bid will be considered non-responsive and will be rejected. C-15 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached.and not the truthfulness.accuracv.or validity of that document. State of California County of Riverside On August 7, 2020 before me, B. Royster,Notary Public Dale Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(;pESigner{M.� f who proved to me on the basis of satisfactory evidence to be the person(s) whose name(&) is/am subscribed to the within instrument and acknowledged to me that he/shekhey executed the same in 9.ROYST[R his/hedfheic authorized capacity(ies), and that by his/herkhelF F".%,Y Public-4Nramla signature(s) on the instrument the person(s), or the entity upon behalf rqy "u 2ide �bo2e2 of which the person(s)ailed,executed the instrument. MY Comm.tapiret O[t 26,2g22 I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS myna�&icial seal. Signature Place Notary Seal Above SignaW of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bidder's Bond Sianature Page—City of Lake Elsinore Document Date: July 22, 2020 Number of Pages: 3 Signer(r)Other Than Named Above: William SVrkin Attorney-in-Fact Capacity(ies)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer—Title(s): Vice President ❑ Corporate Officer—Title(s): ❑Partner t- c Limited o General ❑Partner L c Limited ❑Gene ❑Attorney in Fact e ❑Attorney in Fad a Top of thumb here Top of thumb here ❑Trustee Li Trustee ❑Other: ❑Other: Signer is Representing: Signer is Representing: All American Asphalt CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) On 07/22/2020 before me, Lilian Gomez,Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin Name(*of Signer(sl who proved to me on the basis of satisfactory evidence to be the person(* whose name* is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hevVwk authorized capacity4as),and that by his/hedb*1 signature4on the instrument the persons), or the entity upon behalf of which the persona)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. LILIANA GOMcc � Notary PublicCa i"re ' Orange Cc / Signature ih Commission My Comm.Expire,Ma/ma,2 4 _. � Signature of otary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 07/22/2020 Number of Pages: Two 2 Signer(s) Other Than Named Above: All American Asphalt Capacity(ies)Claimed by Signers) Signer's Name: William Svrkin Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑Limited ❑General ❑Partner — ❑Limited ❑General ❑Individual Q Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland 02014 National Notary Association -www.NationaiNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attomevs-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any lime." CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V,Section 8,of the By- Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duty called and held on the I0th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 22nd day of JulY �a2020 J 1°" tBEAL m By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.rei)ortsfelaims(c zurichna com 800-6264577 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 S,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 William SYRKIN, Rebecca HAAS-BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine, California,EACH,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section S,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 l l th day of June,A.D.2019. 05'5"%3.� 86AL 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.Brown - - Secretaty State of Maryland County of Baltimore - On this I Ith day of June, AD.2019, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth and mith,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 duty 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 lust above written. =q4 )int nut\',iq� Constance A.Dunn,Notary Public !"I- +li o My Commission Expires:July 9,2023 CITY OF LAKE ELSINORE CIP Project No. Z10014 LIST OF SUBCONTRACTORS CITYWIDE SLURRY PROJECT CIP PROJECT NO. Z10014 The bidder is required to fill in the following blanks in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Chapter 2 of Division 5, Title 1 of the Government Code of the State of California) and should familiarize itself with Sections 2-3 of the Standard Specifications. Name Under Which Subcontractor is Licensed: Case Land Surveying License Number: L5411 Address of Office, Mill or Shop: - Specific Description of Sub-Contract: and Bid Items of Work: Survey / Al-partial, 131-partial Name Under Which Subcontractor is Licensed: Rubberized Crackfiller Sealant License Number: 998877 Address of Office, Mill or Shop: 800 E. Walnut Ave- Fullerton. CA 92831 Specific Description of Sub-Contract: and Bid Items of Work Crack Seal / A8, B8, C6 Name Under Which Subcontractor is Licensed: Traffic Loops Crackfillin License Number: 652956 Address of Office, Mill or Shop: 946 S. Emerald Street-Anaheim CA 92804 Specific Description of Sub-Contract: and Bid Items of Work: Loops / #22 Name Under Which Subcontractor is Licensed: Chrisp Company License Number: 374600 Address of Office, Mill or Shop: 43650 Osgood Road - Fremont, Specific Description of Sub-Contract: and Bid Items of Work: Striping / A-9-19, B-9-21, 1323-25. C7-8 Subcontractors listed in accordance with the provisions of Section 2-3 must be properly licensed under the laws of the State of California for the type of work that they are to perform. Do not list alternate subcontractors for the same work. C-16 CITY OF LAKE ELSINORE CIP Project No. Z10014 LIST OF SUBCONTRACTORS CITYWIDE SLURRY PROJECT CIP PROJECT NO. Z10014 The bidder is required to fill in the following blanks in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Chapter 2 of Division 5, Title 1 of the Government Code of the State of California) and should familiarize itself with Sections 2-3 of the Standard Specifications. Name Under Which Subcontractor is Licensed: License Number: Address of Office, Mill or Shop: Specific Description of Sub-Contract: and Bid Items of Work: Name Under Which Subcontractor is Licensed: License Number: Address of Office, Mill or Shop: Specific Description of Sub-Contract: and Bid Items of Work Name Under Which Subcontractor is Licensed: License Number: Address of Office, Mill or Shop: Specific Description of Sub-Contract: and Bid Items of Work: Name Under Which Subcontractor is Licensed: License Number: Address of Office, Mill or Shop: Specific Description of Sub-Contract: and Bid Items of Work: Subcontractors listed in accordance with the provisions of Section 2-3 must be properly licensed under the laws of the State of California for the type of work that they are to perform. Do not list alternate subcontractors for the same work. C-16 osoft Corporation © 2020 HERE oration © 2020 HERE osoft Corporation © 2020 HERE soft Corporation © 2020 HERE rporation © 2020 HERE rosoft Corporation © 2020 HERE Microsoft Corporation © 2020 HERE 0 Microsoft Corporation © 2020 HERE © 2020 Microsoft Corporation © 2020 HERE © 2020 Microsoft Corporation © 2020 HERE © 2020 Microsoft Corporation © 2020 HERE © 2020 Microsoft Corporation © 2020 HERE icrosoft Corporation © 2020 HERE poration © 2020 HERE crosoft Corporation © 2020 HERE rporation © 2020 HERE rporation © 2020 HERE oration © 2020 HERE soft Corporation © 2020 HERE soft Corporation © 2020 HERE t Corporation © 2020 HERE oft Corporation © 2020 HERE oration © 2020 HERE oration © 2020 HERE ration © 2020 HERE 020 Microsoft Corporation © 2020 HERE soft Corporation © 2020 HERE rosoft Corporation © 2020 HERE tion © 2020 HERE orporation © 2020 HERE poration © 2020 HERE SLURRY SEAL TYPE II - 3,493,130 S.F.2" & 3" GRIND AND OVERLAY - 290,080 S.F.