HomeMy WebLinkAboutItem No. 12 CSA Collier Ave Pavement Rehab CIP Z10069City Council Agenda Report
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: ID# 21-176
Agenda Date: 5/25/2021 Status: Approval FinalVersion: 1
File Type: Council Consent
Calendar
In Control: City Council / Successor Agency
Agenda Number: 12)
Construction Contract Award for the Collier Avenue Pavement Rehabilitation Project - CIP No.
Z10069
Authorize the City Manager to execute a Public Works Construction Agreement with All American
Asphalt for the Collier Avenue Pavement Rehabilitation Project CIP No. Z10069 in the amount of
$1,192,114.05, authorize the City Manager to execute change orders not to exceed 10% contingency
amount of $119,211.41, and authorize City Engineer to record the Notice of Completion once it is
determined the work is complete and the improvements are accepted into the City maintained roadway
network.
Page 1 City of Lake Elsinore Printed on 5/20/2021
Page 1 of 2
REPORT TO CITY COUNCIL
To: Honorable Mayor and Members of the City Council
From: Jason Simpson, City Manager
Prepared By: Remon Habib, City Engineer
Date: May 25, 2021
Subject: Construction Contract Award for the Collier Avenue Pavement
Rehabilitation Project – CIP No. Z10069
Recommendation
Authorize the City Manager to execute a Public Works Construction Agreement with All
American Asphalt for the Collier Avenue Pavement Rehabilitation Project CIP No. Z10069 in the
amount of $1,192,114.05, authorize the City Manager to execute change orders not to exceed
10% contingency amount of $119,211.41, and authorize City Engineer to record the Notice of
Completion once it is determined the work is complete and the improvements are accepted into
the City maintained roadway network.
Background
The project consists of one full plan set consisting of grind and overlay, traffic striping, and other
repairs as shown on Improvement Plans. The project locations are Collier Avenue between
Riverside Drive and Nichols Road, Riverside Drive cul-de-sac north-east of Collier Avenue, and
Central Avenue between Dexter Avenue and Conard Avenue
The project was advertised on March 29, 2021. On April 21, 2021, the bids were publicly
displayed. The low bidder is All American Asphalt at a total cost of $1,192,114.05.
Discussion
Contractor Bids were secured via the city’s electronic bidding portal PlanetBids on April 21,
2021, at 2:00 PM, results were made publicly visible. The City received six (6) 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 $1,192,114.05
2. R.J. Noble Company $1,272,536.20
3. ATP General Engineering Contractors $1,276,036.75
4. Hardy & Harper $1,377,000.00
5. Vance Corporation $1,480,148.00
6. L.C. Paving & Sealing, Inc. $1,560,439.30
Fiscal Impact
Public Works Construction Agreement will result in a cost of $1,192,114.05 plus an additional
10% contingency of $119,211.41. Funding for this project is allocated within the adopted CIP
Budget.
Exhibits
A. Agreement
B. Project Map
C. Bid Documents
1
Agreement No. __________
AGREEMENT FOR PUBLIC WORKS CONSTRUCTION
All American Asphalt
For the
Collier Avenue Pavement
Rehabilitation Project
CIP PROJECT NO. Z10069
This Agreement for Public Works Construction (“Agreement”) is made and entered into as
of May 25, 2021 by and between the City of Lake Elsinore, a municipal corporation (“City”) and All
American Asphalt, a Corporation (“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:
Collier Avenue Pavement Rehabilitation 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:
Collier Avenue Pavement Rehabilitation 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 One Hundred Ninety-
Two Thousand One Hundred Fourteen dollars and .05 cents ($1,192,114.05).
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 Forty (40) 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”
[insert Contractor name], a [insert entity type]
City Manager
ATTEST:
By: Edward J. 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]
2" GRIND AND OVERLAYAC RECONSTRUCTIONOR 3" GRIND/OVERLAYCOLLIER STREETRESURFACING PROJECT
CITY OF LAKE ELSINORE
CIP Project No. Z10069
SECTION C
BID DOCUMENTS
B-6
CITY OF LAKE ELSINORE
CIP Project No. Z10069
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: f' ,zo �Z— By: Lawar �� n, Vice President
Contractor's State License No.: #267073
Class: A C-12
Department of Industrial Relations Registration No: #1000001051
Registration Date: 1 —I —?Imo Expiration Date: � '30 — UZ 3
Address: PO BOX 2229
Corona CA 92878
Phone: 951-736-7600
FAX: 951-736-7646
C-10
CITY OF LAKE ELSINORE
CIP Project No. Z10069
ACKNOWLEDGMENT OF ADDENDA RECEIVED
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO.Z10069
The Bidder shall acknowledge the receipt of addenda by placing an "X' by each addendum
received. O , 6
Addendum No. 1
Addendum No. 2
Addendum No. 3
Addendum No. 4
If an addendum or addenda have been issued by the City and not noted above as being
received by the Bidder, the Bid Proposal may be rejected.
Bidder's'Signatufe Date
Edward J. Carlson Vice President
Print Name Title
C-11
CITY OF LAKE ELSINORE
CIP Project No. Z10069
NON-COLLUSION AFFIDAVIT
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO.Z10069
STATE OF CALIFORNIA )
) SS
COUNTY OF Riverside )
(NAME) Edward J. Carlson
affiant being first duly sworn, deposes and says:
That he ®Fsk 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-ket 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:
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 following 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-12
2CALIFORNIA 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 20th day of April . 2021,
Date Month
By (1) Edward J. Carlson
Name of Signer
8.ROYSTER Proved to me on the basis of satisfactory evidence
Notary Public•California
Riverside County be the person who appeared before me
Commission 0 2260352
My Comm.Expires Oct 26,2022
(and
(2)
of Signer
Proved to on the basis of satisfactory evidence
bet erson who appeared before me.)
Signature �i4&4X4-�
Place Notary Seat Above Signaturef 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 forth to another document.
Further Description of Any Attached Document
Title or Type of Document Non-Collusion Affidavit lap of thumb here Top of thumb here
Document Date: 4-20-2021 Number of Pages: 1
Signer(s)Other Than Named Above: None
CITY OF LAKE ELSINORE
CIP Project No. Z10069
BOND NO. 08597423
BIDDER'S BOND Bid Date: 04/21/2021
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO.Z10069
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 Bid---(1o%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-13
CITY OF LAKE ELSINORE
CIP Project No. Z10069
BIDDER'S BOND SIGNATURE PAGE
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO. Z10069
IN WITNESS WHEREOF, we have hereunto set our hands and seals on
this eth day of April 2021
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: T. Print Name: William Syrkin
Title: V1 1 yli�l 1JGY�� Title: Attorney-in-Fact
Signature: �- Signature: _
Date: �Z� Date: Aprils, 2021
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 property sign or omits the required signatures,the bid will be considered
non-responsive and will be rejected.
C-14
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.accuracy.or validitv of that document.
State of California
County of Riverside
On April 20, 2021 before me, B. Royster,Notary Public
Date Here Insert name and Tile of the Officer
personally appeared Edward J. Carlson
Name igner(4tr
who proved to me on the basis of satisfactory evidence to be the
B.ROYSTER person(s) whose name(s) istarel subscribed to the within instrument
Notary PUDlic-California and acknowledged to me that he/shekhey executed the same in
Riverside County his/her/th& authorized capacity(ies), and that by his/herkheir
Commission X signature(s)on the instrument the person(s), or the entity upon behalf
6myComm.Expires='2022 of which the person(s)acted,executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS m and ai official seal.
Signature
Place Notary Seal Above Sig re 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—City of Lake Elsinore
Document Date: April 5, 2021 Number of Pages: y
Signer(s)Other Than Named Above: William Sorkin, Attorney-in-Fact
Capacity(iee)Claimed by Signer(s)
Signet's Name: Edward J.Carlson Signer's Name:
❑ Individual ❑ Individual
Corporate Officer—Titles Vice President
X O� ❑ Corporate Officer—Title(s):
❑ Partner E o Limited c General ❑Partner❑ o Limited o Gener
❑Attorney in Fact ❑Attorney in Fact
❑Trustee Top of Numb here ❑Trustee Top of thumb here
❑Other: ❑Other:
Signer is Representing: Signer' 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 04/05/2021 before me, Liliana Gomez,Notary Public
Date Here Insert Name and Title of the Officer
personally appeared William Syrkin
Name(*of Signerr*
who proved to me on the basis of satisfactory evidence to be the persons) whose name(4 is/am
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(i*,and that by his/her/their signature**on the instrument the person*
or the entity upon behalf of which the persons) 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.
LILIANA GOMEZ WITNESS my hand and official seal.
9 Notary public-California '
c - Orange County ,y„
Commission NMay224332,
20,
May —
My Comm.Expires 20,2022 bignature
Signature of Notary Publfe
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: 04/05/2021
Number of Pages: Two(2) Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies)Claimed by Signer(s)
Signer's Name: William Syrkin Signer's Name:
❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s):
❑Partner — ❑Limited ❑General ❑ Partner — ❑ Limited ❑General
❑Individual IRAttomey 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.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item N5907
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V,Section 8,Attorneys-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
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
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 duly called and held on the I Oth 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 5th day of April 2021
- owe
�r r —'
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.reportsfclaims(a-),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 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 William SYRKIN, Rebecca HAAS-BATES, Sergio D. BECHARA and Richard ADAIR, all of Irvine,
California,EACH,its time 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 I 1 th day of June,A.D.2019,
ok
w^ ✓1tAL�
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 - - --
Secretary -
State of Maryland
County of Baltimore
On this I I th day of June, A.D.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 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.
a,
°'. .I Any:
�y ,now;. Constance A.Dung Notary Public
'q<>i1'.:' ���•` My Commission Expires:July 9,2023
�i�r nn ta`•
CITY OF LAKE ELSINORE
CIP Project No. Z10069
BIDDER'S PROPOSAL
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO.Z10069
Company: „ All A ericASphalt
Honorable Mayor, Members of the Council:
In accordance with the Notice Inviting Bids pertaining to the receiving of bid proposals by 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: Forty (40)Working Days from Issuance of Notice to Proceed (NTP)
by City to Contractor.
BID SCHEDULE
ITEM TOTAL
NO. DESCRIPTION UNIT QUANTITY UNIT COST COST
1 MOBILIZATION, DEMOBILIZATION&CLEANUP L5 1 10,000.00 10,000.0
2 TRAFFIC CONTROL PLAN LS 1 50,000.00 50,000.0
3 STORM/NON-STORM WATER POLLUTION CONTROL LS 1 2800.00 2800.00
4 2"GRIND AND REMOVE AC-COLLIER&RIVERSIDE CY 2418 28.00 67,704.0
5 AC OVERLAY-(391,653 S.F.)COLLIER& RIVERSIDE TON 8567 61.00 522,587.00
6 3"GRIND AND REMOVE AC-CENTRAL CY 2202 28.00 61,656.00
7 3"AC OVERLAY-CENTRAL(237,840 S.F.) TON 4460 63.00 280,980.00
r10
AC REMOVAL-RIVERSIDE DR. (17260 S.F.) CY 160 28.00 4,480.00
COMPACTION OF 12"SECTION-RIVERSIDE DR.(17260 S.F.) &
COLLIER MEDIAN PERIMETER CY 640 7.00 4,480.00
4"AC OVER COMPACTED SOIL(17,260 S.F.) RIVERSIDE DR.&
COLLIER MEDIAN PERIMETER TON 440 61.00 26,840.00
11 TYPE A MEDIAN 8"CURB PER LE STD 203 LF 325 30,00 9,750.00
12 4" DECORATIVE PCC AT MEDIAN TO MATCH NICHOLS 5F 1105 17.00 18,785.00
MEDIAN
13 SAWCUT AT MEDIAN PERIMETERS LF 325 2.00 650.00
14 CRACK REPAIR SUBSEQUENT TO GRINDING LS 1 13 000.0 13,000.00
15 REMOVE TRAFFIC STRIPE,PAVEMENT MARKINGS AND 1.00
PAVEMENT MARKERS LS 1 1.00
THERMOPLASTIC WHITE PAVEMENT MARKINGS-CALTRANS
16 STD A24A FOR ARROWS,A24C FOR SYMBOLS AND A24D FOR 7.50 8,325.00
WORDS 5F 1110
17 THERMOPLASTIC 6"LANE LINE PER CALTRANS STD A20A, 0.70 7,868.00
DETAIL 9 LF 11240
18 8"WHITE THERMOPLASTIC CHANNELIZING LINE PER 3,237.00
CALTRANS STD A20D DETAIL 38 LF 4980 0.65
19 THERMOPLASTIC 6 INCH/6 INCH DOUBLE YELLOW MEDIAN 0.25 1,155.00
ISLAND STRIPING PER CALTRANS STD.A2013, DETAIL 29 LF 4620
C-7
CITY OF LAKE ELSINORE
CIP Project No. Z10069
20 THERMOPLASTIC 6"WHITE BIKE LANE LINE PER CALTRANS LF 8920 1.15 10,258.00
A20D, DETAIL 39
21 THERMOPLASTIC 12"Y LIMIT LINE PER CALTRANS STD A24E LF 75 3.00 225.00
22 THERMOPLASTIC 12"WHITE CHEVRON AT 25'O.C. LF 180 3.00 540.00
23 THERMOPLASTIC 12"YELLOW DIAGONAL STRIPING AT 25' LF 755 1.05 792.75
O.C.
24 THERMOPLASTIC 6"/6" DOUBLE YELLOW STRIPING PER LF 1060 1,166.00
CALTRANS STD A20A, DETAIL 22 1.10
25 INSTALL SIGN(STANDARD OR AS INDICATED) EA 8 210.00 1,680.00
6"WHITE THERMOPLASTIC WHITE LANE DROP PER CALTRANS
26 STD A20C DETAIL 378 LF 1680 0.55 924.00
THERMOPLASTIC BIKE LANE ARROWS PER CALTRANS STD.
27 A24A BIKE LANE SYMBOL PER DETAIL A24C WORDS PER EA 16 125.00 2,000.00
DETAIL A24D
28 THERMOPLASTIC WHITE 6" INTERSECTION BIKE LANE LF 850 935.00
STRIPING PER CALTRANS STD A20D DETAIL 39A 1.10
29 INSTALL 6"WHITE THERMOPLASTIC EDGELINE PER CALTRANS LF 1940 1,455.00
STD A20B, DETAIL 27B 0.75
30 THERMOPLASTIC 12"WHITE CROSSWALK PER CALTRANS STD LF 1320
3.00 3,960.00
A24F
31 THERMOPLASTIC 6"SOLID WHITE STRIPE WITH TYPE G LF 230
MARKERS AT EACH END 0.70 161.00
32 THERMOPLASTIC 6" LANE LINE PER CALTRANS STD A20A, LF 4910
0.70 3,437.00
DETAIL 12
33 26TROREFLECTIVE MARKER PER CALTRANS STD 0.01
A20B DETAIL EA 2230 22.30
34 PROTECT/ADJUST WATER VALVE DURING GRIND&OVERLAY EA 54 75.00 4,050.00
35 PROTECT AND ADJUST MANHOLE/SEWER CLEANOUT DURING EA 39
GRIND&OVERLAY 800.00 31,200.00
36 REMOVE/REPLACE TRAFFIC LOOPS EA 63 285.00 17,955.00
37 REMOVE/REPLACE STOP SIGN/POST EA 5 15.00 75.00
38 TYPE A CURB&GUTTER PER LAKE ELSINORE STD 201 LF 42 50.00 2,100.00
39 CROSS GUTTER PER RIVERSIDE COUNTY STD 209 SF 560 17.00 9,520.00
40 TRAVERSIBLE DIKE PER CALTRANS STD A87A,TYPED LF 32 80.00 2,560.00
41 REMOVE&DEMOLISH GUTTER, BERM, CURB&GUTTER LS 1 2,800.00 2,800.00
Total Bid 1,192,114.05
C-8
CITY OF LAKE ELSINORE
CIP Project No. Z10069
TOTAL BID PRICE:
TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
$ 1,192,114.05
Total Bid Price in Numbers
$One Million One Hundred Ninety-Two Thousand One Hundred Fourteen dollars-a ive CE nts
Total Bid Price in Written Form
In case of discrepancy between the written price and 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-9
CITY OF LAKE ELSINORE
CIP Project No. Z10069
REFERENCES_
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO. Z10069
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 two (2) years, provide the following required information:
1. Name (Firm/Agency) II,, `` O
Address KJ S. U) - 'NJ
Project Title ' f , Tar
Project Location A , v A-"bUS
Type of Work
Project Manager Cont;
�u4EN 7 �N—���'9 �0J
Dated Completed 1 -ZOX 0 Contract Amount
2. Name (Firm/Agency)
Address 00
V IC P
Project Title S
Project Location
Type of Work 455 Lin
-�_�,�,�,�// a'/ �t 1I(,�
Project Manager Contact #MCW+ / "Ri6W&'e /'I?- 6 T `,3 37
Dated Completed Z0Z0 contract Amount ? `1 f�7Y• �
3. Name (Firm/Agency) ✓1� 66 Fca -)C * �,��.&
/�
Address ��3 �. tt ��� g� s.vGl �CJpl ,p -4o
CA-
Project Title UCA'W PA V QIA E-IQS
Project Location /r Ob D
Type of Work ? .n4 ,� p J-
Project Manager Contact ie�f FrV 6 u VN W(hone
Dated Completed /0 -U ll Contract Amount P ++�
Lk 45M �
C-16
CITY OF LAKE ELSINORE
CIP Project No. Z10069
LIST OF SUBCONTRACTORS
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO.Z10069
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: 614 N Fckhnff St - Orangp (-A AOR6.8
Specific Description of Sub-Contract: and Bid Items of Work:
Survey - \/arini i� itPmS _
Name Under Which Subcontractor is Licensed: Smithson Electric
License Number: 614518
Address of Office, Mill or Shop: 1938 E. Katella Ave - Orange, CA 92867
Specific Description of Sub-Contract: and Bid Items of Work
Loops - #36
Name Under Which Subcontractor is Licensed: Superior Pavement Markings
License Number: 776306
Address of Office, Mill or Shop: 5312 Cypress St. - Cypress, CA
Specific Description of Sub-Contract: and Bid Items of Work:
Striping - #15 - #33 #37
Name Under Which Subcontractor is Licensed:
License Number:
Address of Office, Mill or Shop:
Specific Description of Sub-Contract: and Bid Items of Work:
Subcontractors listed in accordance with the provisions of Section 2-3 must be properly licensed
under the laws of the State of California for the type of work that they are to perform. Do not list
alternate subcontractors for the same work.
C-15
CITY OF LAKE ELSINORE
CIP Project No. Z10069
LIST OF SUBCONTRACTORS
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO.Z10069
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-15
CITY OF LAKE ELSINORE
CIP Project No. Z10069
List any other projects (private, older than three(3) years, etc.)that may represent qualifying or
similar experience: / /�
4. Name (Firm/Agency 0wG"� 7 V r tom' s �.
Address P•o �✓�da � `-^'
Project Title b A�
Project Location Ir 0E u A"D
Type of Work f W Imo•r b
Project Manager Contact kb e� F'f R W Phone
Dated Completed � ' '� �,1 a Contract Amount Z \ /
5. Name (Firm/Agency)
Address k M '
Project Title
Project Location N
Type of Work N
Project Manager Contact cT�M E 5C!ATlPtVhone 14-53 -SS2S'
Dated Completed � �201T Con C.: tract Amount 2 U Z '102 • 0 0
6. Name (Firm/Agency) fly LIP b(*AA �fy'1� 91�,J CA
Address L IE
Project Title Mr n 1 io +
Project Location
Type of Work q
Project Manager Contact one /61 . 76�l 4
Dated Completed 5 -Uf(p Contract Amount
(/_�/(,/ �Q•1%'NUJ
C-17
2020
PAST WORK REFERENCES
City of Ontario 2020 Fall Pavement Rehabilitation Project
303 East B Street Contract Amount: $2,499,333.00
Ontario, CA 91764 Start Date: 07/2020
Contact: Ariana Kern (909) 395-2129 End Date: 12/2020
akern(cDontarioca.gov
Pavement Rehabilitation— Barton Road
City Loma Linda Contract Amount: $768,677.00
25541 Barton Road Start Date: 04/2020
Loma Linda, CA 92354 End Date: 12/2020
Contact: T. Jarb Thaipejr (909) 799-4400
jthaipeir(Mlomalinda-ca.goV
of Jurupa Valley Granite Hill Drive Pavement Rehabilitation
City
City Limonite Avenue Contract Amount: $999,777.00
8920 Start Date: 0
Jurupa Valley, CA 92509 0
Contact: Chase Keys (951) 332-6464 End Date: 10/2022020
ck_eysaa.iurupavalley.org
County of Orange JOC Pavement Maintenance
Co
Co N. Ross Street, 4" Floor Contract Amount: $2,584,747.69
601 Start Date: 0
Santa Ana, CA 92701
Contact: Albert Rodriguez End Date: 08/202/2020
albert.rodriguez(o,,ocpw.ocgov.com
Annual Residential Street Rehabilitation—
City of Compton Phase 1
205 S. Willowbrook Avenue Contract Amount: $5,295,068.00
Compton, CA 90220 Start Date: 05/2020
Contact: Brittany Duhn (Z & K Consultants) End Date: 11/2020
bduhnazandkconsultants.com
Arterial Rehabilitation of Graham St, Slater
City of Huntington Beach Ave, Newland St and Atlanta Ave
2000 Main Street Contract Amount: $5,181,955.00
Huntington Beach, CA 92648 Start Date: 05/2020
Contact: Joe Fuentes (714) 536-5259 End Date: 11/2020
Ifuentes(a�surfcity-h b.org
2020
PAST WORK REFERENCES
City of Newport Beach Cameo Highlands Street Reconstruction
100 Civic Center Drive
Contract Amount: $2,425,694.00
Start Date: 07/2020
Newport Beach, CA 92660 End Time: 11/2020
Contact: Patricia Kharazmi (949) 644-3344
pkh arazmianewportbeachca.qov
Citywide Overlay Street Improvements
City of Westminster Contract Amount: $1,131,621
8200 Westminster Boulevard Start Date: 02/2020
Westminster, CA 92683 End Date: 0 2/20 0
Contact: Theresa Tran (714) 548-3460
ttra n(awestm inster.ca.qov
Final Paving of Pennsylvania Ave
Crescenta Valley Water District Contract Amount: $82,620.00
2700 Foothill Boulevard Start Date: 02/2020
La Crescenta-Montrose, CA 91214 End Date: 0 2120 0
Contact: Brook Yared (818) 236-4117
byared(a)cvwd.corn
2020 HUD Street Improvements Project
City of Alhambra Contract Amount: $300,433.00
111 S. 1"Street Start Date: 06/2020
Alhambra, CA 91801 End Date: 10/2020
Contact: Robert Bias (626) 580-5000
rbias(@cityofalhambra.orq
Yerba Buena Rd. (South) Pavement
County of Ventura
Resurfacing
800 S. Victoria Avenue, #1600
Contract Amount: $2,298,467.40
Ventura, CA 93009
Start Date: 0
End Date: O /202
Contact: Matt Maechler (805) 477-1911 6/2020
rnatthew.m &r)aechlerventura.orq
Earl Joseph Drive Paving
City of Camarillo
City
Carmen Drive Contract Amount: $681,901.50
601 Start Date: 06/2020
Camarillo, CA 93010 End Date: 07/2020
Contact: Thang Tran (805) 388-5345
ttran(a)citvofcamarillo.orq
2019
PAST WORK REFERENCES
City of Simi Valley Simi Valley Minor Street Rehabilitation
2929 Tapo Canyon Rd. Contract Amount: $510,124.25
Simi Valley, CA 93063 Start Date: 07/2019
Contact: Sarah Sheshebor(805)583-6792 End Date: 08/2019
ssheshebC�sim ival ley.orq
County of Ventura Yerba Buena Area Resurfacing Project
501 Poli Street Contract Amount: $3,919,808.95
Ventura, CA 93001 Start Date: 06/2019
Contact: Christopher Solis (805) 654-2054 End Date: 12/2019
chris.solisna ventura.org
City of Stanton 2019 Citywide Street Resurfacing
7800 Katella Avenue Contract Amount: $1,206,869.00
Stanton, CA. 90680 Start Date: 10/2019
Contact: Guillermo Perez (714) 890-4204 End Date: 12/2019
goerez(a)ci.stanton.ca.us
City of Compton Road Repair Service (Pothole Repair)
205 S. Willowbrook Avenue Contract Amount: $1,019,100.00
Compton, CA. 90220 Start Date: 08/2019
Contact: John Strictland (310) 605-5505 End Date: 11/2019
itrictland( comotoncity.org
City of San Clemente Street Rehabilitation for S. Avenue LA
910 Calle Negocio Esperanza
San Clemente, CA. 92673 Contract Amount: $384,055.00
Contact: Darra Koger(949) 361-3138 Start Date: 09/2019
kogerDl7g.san-clemente.org End Date: 10/2019
City of South Gate Circle Park Driveway Project
8650 California Avenue Contract Amount: $268,576.00
South Gate, CA. 90280 Start Date: 06/2019
Contact: John Rico (323) 563-9594 End Date: 09/2019
iricoO.sogate.org
2019
PAST WORK REFERENCES
Pardee Homes Railroad Canyon Widening
1250 Corona Pointe Court, Ste. 600 Contract Amount: $5,062,746.00
Corona, CA. 92879 Start Date: 11/2018
Contact: Nick Lasher(951) 428-4442 End Time: 08/2019
nick.lasherO.Pardeehomes.com
City of Fontana Citrus Avenue Improvements
8353 Sierra Avenue Contract Amount: $502,730.00
Fontana, CA. 92335 Start Date: 08/2018
Contact: Kimberly Young (909) 350-7632 End Date: 10/2019
kvouna(a)fontana.org
DR Horton Singlton Road
2280 Wardlow Circle Ste. 100 Contract Amount: $1,684,000.00
Corona, CA. 92880 Start Date: 07/2018
Contact: Keith Alex (951) 830-5872 End Date: 12/2019
kalex(a drhorton.com
City of Ontario Eucalyptus Street Improvements
303 E 'B' Street Contract Amount: $1,580,580.00
Ontario, CA 91764 Start Date: 3/2018
Contact: Kavous Emami (909) 628-6234 End Date: 10/2019
Irvine Community Development Company Portola Springs PA-6 Enclave 5B Phase1, 2
550 Newport Center Dr. Ste. 550 B2 Contract Amount: $2,055,055.00
Newport Beach, CA. 92660 Start Date: 09/2018
Contact: Mike Morse (949) 720-2560 End Date: 12/2019
City of Downey FY 18/19 Slurry Seal Project
11111 Brookshire Avenue Contract Amount: $313,425.87
Downey, CA. 90241 Start Date: 06/2019
Contact: Desi Gutierrez, (562) 904-7110 End Date: 12/2019
da utierr(adownevca.org
2019
PAST WORK REFERENCES
City of Chino Slurry Seal Maintenance Work
PO Box 667 Contract Amount: $372,805.00
Chino, CA. 91708 Start Date: 1/2019
Contact: Dustin Postovoit (909) 334-3415 End Date: 12/2019
aoostovoit ancitvofchino.org
City of Lancaster 2018 Pavement Management Program
44933 Fern Avenue Contract Amount: $2,720,103.65
Lancaster, CA. 93534 Start Date: 3/2019
Contact: Greg Wilson (661) 570-8003 End Date: 12/2019
awilsonOcitvofla ncasterca.oro
City of Colton FY 18-19 Asphalt Paving Project
650 N. La Cadena Dr. Contract Amount: $1,377,700.00
Colton, CA. 92324 Start Date: 3/2019
Contact: Victor Ortiz (909) 370-5099 End Date: 11/2019
vortiz@coltonca.gov
City of Cathedral City Ortega Road Widening
68700 Ave Lalo Guerrero Contract Amount: $459,998.00
Cathedral City, CA. 92234 Start Date: 2/2019
Contact: John A. Corella (760) 770-0349 End Date: 12/2019
icorellaa-cathedralcity.gov
City of San Clemente Arterial Street Pavement Maintenance
910 Calle Negocio Contract Amount: $1,187,187.00
San Clemente, CA. 92673 Start Date: 3/2019
Contact: Gary Voborsky (949) 361-6132 End Date: 7/2019
voborskva(a)san-cemente.org
„2o1s„
PAST WORK REFERENCES
City of Moreno Valley Allessandro Blvd. Street Improvements at
14177 Frederick St. Chogall Court and Graham Street
Contract Amount: $445,821.50
P.O. Box 88005
Moreno Valley,CA 92552 Start: 05/2018
Contact: Henry Ngo, P.E., (951)413-3106 Complete: 11/2018
henryn moval.ora
City of Aliso Viejo Aliso Creek and Road Rehab
12 Journey Street Ste#100 Contract Amount: $657,770.00
Aliso Viejo,CA 92656 Start:05/2018
Contact: Mari Shakir, (949)425-2556 Complete: 10/2018
Mshakir@cityotalisovieio.com
City of Laguna Niguel FY 17-18 Alicia Parkway Arterial Pavement
Rehab
30111 Crown Valley Parkway
Laguna Niguel, CA 92677 Contract Amount: $2,211,700.00
Contact: Frank Borges,(949)632-4300 start:08/2018
FBor es@cityofIa un4nu ueLoT Complete: 1112018
City of Jurupa Valley Van Buren Blvd. Pavement Rehab.- PH2
8304 Limonite Avenue Suite M Contract Amount: $781,845.00
Jurupa Valley, CA 92509 Start: 08/2018
Contact: Chase Keys, (951)332-6464 Complete: 09/2018
ckeys@iurupava Iley.org
"2018"
PAST WORK REFERENCES
City of Irwindale Irwindale 2017-2018 Resurfacing Project
5050 N. Irwindale Avenue Contract Amount: $285,S03.10
Irwindale, CA 91706 Start: 07/2018
Contact: Richard Corpis, (626)430-2200 Complete:08/2018
rcorpis(@irwindaleCA.gov
County of Los Angeles Pine Canyon Road
P.O. Box 7508 Contract Amount: $3,288,999.00
Alhambra, CA 91802 Start:06/2018
Contact: Hoda Hassan, (626)458-3144 Complete: 11/2018
HHASSAN@dpw.lacounty.Rov
City of Rolling Hills Estates 2017-18 Street Resurfacing Project
4045 Palos Verdes Drive Contract Amount: $1,203,292.50
Rolling Hills Estates, CA 90274 Start: 03/2018
Contact: Scott Gibson (909)210-0548 Finish: 09/2018
sgibson@hrgreen.com
City of Huntington Beach Heil and Main Street
2000 Main Street Contract Amount: $2,285,562.00
Huntington Beach, CA 92648 Start: 11/2017
Contact:Jim Escutia (714)536-5525 Finish:06/2018
jescutia@surfcity-hb.ore
"2018"
PAST WORK REFERENCES
City of Fontana Valley Blvd. Median Improvement Project
8353 Sierra Avenue Contract Amount: $164,715.00
Fontana, CA 92335 Start:03/2018
Contact:Jazmine Pena (909) 350-6648 Finish:05/2018
ioenaffifontana orR
City of Lake Forest Bake Parkway at Trabuco Road
25550 Commercentre Drive Contract Amount: $121,621.00
Lake Forest, CA 92630 Start: 02/2018
Contact:Taylor Abernathy, (949)461-3490 Finish: 06/2018
tabernathyelakeforestca.Rov
City of La Quinta FY 16-17 Phase 2 Desert Club
74-495 Calle Tampico Contract amount: $697,474.76
La Quinta,CA 92253 Start date: 06/2017
Contact: Ubaldo Ayon Jr., (760)777-7051 Finish date 12/2017
uavog la-quinta.orR
City of Canyon Lake Slurry Seal FY 2017-2018 Railroad Canyon/
Canyon Lake Drive
31516 Railroad Canyon Road
Contract amount: $263,241.63
Canyon Lake, CA 92587
Start date:03/2018
Contact: Kenneth Bailey, (951)244-2955
Finish date: 12/2018
kennethba ileyCdcaaorofessionals.com
"2018"
PAST WORK REFERENCES
City of Newport Beach West Coast Highway Landscape Improvements,
Phase 1, Contract No. 7189-1
100 Civic Center Drive
Contract amount: $604,284.50
Newport Beach,CA 92660
Start date: 06/2018
Contact: Alfred Castanon, (949)644-3314
Finish date: 11/2018
ACastanon@newportbeachca.gov
Town of Apple Valley Navajo Road Rehabilitation
14955 Dale Evans Parkway Contract amount: $849,182.00
Apple Valley, CA 92307 Start date:07/2017
Contact: Rich Berger, (760)240-7000 ext 7530 Finish date: 12/2017
rberger applevalley.org
City of Indian Wells Cook Street Rubberized Pavement Overlay
44-950 Eldorado Drive Contract amount: $599,599.59
Indian Wells, CA 92210 Start date:05/2018
Contact: Ken A. Seumalo, P.E., (760)346-2489, Finish date: 12/2018
kseumalo IndianWells.corn
CITY OF LAKE ELSINORE
CIP Project No. Z10069
CONTRACTOR INFORMATION
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO.Z10069
Contractor's License No.: #267073 Class: A, C-12
a. Date first obtained: 1-19-71 Expiration 1-31-2022
b. Has Bidder's 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-18
CITY OF LAKE ELSINORE
CIP Project No. Z10069
VIOLATIONS OF FEDERAL. STATE OR LOCAL LAWS
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO.Z10069
1. Has your firm or its officers been assessed any penalties by an agency for noncompliance
or violations of Federal, State or Local labor laws and/or business or licensing regulations
within the past five (5) years relating to your construction projects?
YES M (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 M (circle one)
Code/Laws:
Section/Article: N/A
If"yes," identify and describe, (including agency and status):
N/A
3. Has Bidder been "default terminated" by an owner(other than for convenience), or has a
Surety completed a contract for Bidder within the last five (5) years?
YES NO (circle one)
If"yes," please explain:
N/A
4. Has Bidder been cited more than twice for failure to pay prevailing wages in the last five (5)
years?
YES GD (circle one)
If"yes," please explain:
N/A
C-19
CITY OF LAKE ELSINORE
CIP Project No. Z10069
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.
,"-•.--e- q-20 -ZO 2r
Sign Date
Edward J. Carlson Vice President
Print Name Title
All American Asphalt
Contractor Name
C-20
CITY OF LAKE ELSINORE
CIP Project No. Z10069
DISQUALIFICATION OR DEBARMENT
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO. Z10069
Has your firm, any officer of your firm, or any employee who has a proprietary interest in your firm
ever been disqualified, removed, or otherwise prevented from bidding on, performing work on, or
completing a federal, state or local project because of a violation of law or a safety regulation?
YES / NO (circle one)
If yes, provide the following information (if more than once, use separate sheets):
Date: Entity:
Location:
Reason: N/A
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.
Signature Date
Edward J. Carlson Vice President
Print Name Title
All American Asphalt
Contractor Name
C-21
CITY OF LAKE ELSINORE
CIP Project No. Z10069
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
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO. Z10069
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. Z10069, Collier Avenue Pavement Rehabilitation and Striping
Project, (1) (wow) 04) 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.
Srfgnatur,6
By: Edward J. Carlson
Name
Vice President
Title
All American Asphalt
Contractor Name
C-22
CITY OF LAKE ELSINORE
CIP Project No. Z10069
PUBLIC CONTRACT CODE
COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT
CIP PROJECT NO.Z10069
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 bidder4ae.
has not - 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 Contractors 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.
O Z 1
Signatu a Date
Fdward .I Carlson Vice President
Print Name Title
All American Asphalt
Contractor Name
C-23