Loading...
HomeMy WebLinkAboutPlease_DocuSign_All_American_Asphalt_Collier DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 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 Protect and Protect 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). 1 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 b. City hereby promises and agrees to employ, and does hereby employ, Contractor to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Project Documents. C. Contractor agrees to receive and accept the prices set forth in the Bidder's Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the Project Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 3. Completion of Work. a. Contractor shall perform and complete all work within Fort 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. 2 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 4. Changes to Work. City and Contractor agree that the City may make changes to the work, or suspend the work, and no matter how many changes, such changes or suspensions are within the contemplation of the Contractor and City and will not be a basis for a compensable delay claim against the City nor be the basis for a liquidated damage claim against the Contractor. Any change to the work shall be by way of a written instrument ("change order") signed by the City and the Contractor, stating their agreement to the following: a. The scope of the change in the work; b. The amount of the adjustment to the contract price; and c. The extent of the adjustment to the Schedule of Performance. The City Engineer is authorized to sign any change order provided that sufficient contingency funds are available in the City's approved budget for the Project. All change in the work authorized by the change order shall be performed under the applicable conditions of the Project Documents. City and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustments for such changes. 5. Bonds. Contractor shall provide, before commencing work, a Faithful Performance Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price in the form that complies with the Project Documents and is satisfactory to the City Attorney. 6. Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed of by Contractor without the prior written consent of City. 7. Licenses. Contractor represents and warrants to City that it holds the contractor's license or licenses set forth in the Project Documents, is registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business license. 8. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, the County and Board Supervisors, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to 3 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 property, or violation of law. It is understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Contractor from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 9. Insurance Requirements. a. Insurance. Contractor, at Contractor's own cost and expense, shall procure and maintain, for the duration of the Agreement, unless modified by the City's Risk Manager, the following insurance policies. i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non-renewal of all Workers' Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. In the event that Contractor is exempt from Worker's Compensation Insurance and Employer's Liability Insurance for his/her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. ii. Commercial General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liability Coverage. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 ("any auto"). No endorsement may be attached limiting the coverage. 4 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 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 5 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 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. 6 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 17. Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys'fees. 18. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 19. Authority to Enter Agreement and Administration. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. The City Engineer shall act as the Project administrator on behalf of the City. 20. Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 21. Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 22. Prevailing Wages. a. Contractor and all subcontractors shall adhere to the general prevailing rate of per diem wages as determined and as published by the State Director of the Department of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore and are available for review upon request. 7 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 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] s DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. "CITY" "CONTRACTOR" CITY OF LAKE ELSINORE, a municipal [insert Contractor name], a [insert entity type] corporation DocuSigned by: Ysbvu SiK Sblil DocuSigned by: P 6/25/2021 4:12 PM PD qF;65qF69E8FE4q@ t 6 CAAsbt& 6/25/2021 1 4:02 PM PDT City Manager By: Edward J. Carlson Its: Vice President ATTEST: DocuSigned by: City Jerk By: APPROVED AS TO FORM: Its: DocuSigned by: 3a,t,"Y-,-Jo a 6/25/2021 8:54 AM PDT City Attorney DocuSigned by: IA (" 6/23/2021 1 4:13 PM PDT Risk Manager 9 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 EXHIBIT A CONTRACTOR'S PROPOSAL [ATTACHED] DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 CITY OF LAKE ELSINORE CIP Project No. Z10069 BIDDER'S PROPOSAL COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT CIP PROJECT NO.Z10069 Com pany: All A Asphalt 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 LS 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 2800.00 2800.00 LS 1 _ _ 4 2"GRIND AND REMOVE AC-COLLIER& RIVERSIDE CY 2418 28.00 67,704.0 S 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 8 AC REMOVAL-RIVERSIDE DR. (17260 S.F.) CY 160 28.00 4,480.00 9 COMPACTION OF 12"SECTION -RIVERSIDE DR. (17260 S.F.) & COLLIER MEDIAN PERIMETER CY 640 7.00 4,480.00 10 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 17.00 18,785.00 MEDIAN SF 1105 13 SAWCUT AT MEDIAN PERIMETERS LF 325 2.00 650.00 14 CRACK REPAIR SUBSEQUENTTO GRINDING LS 1 13 000.0 13,000.00 I5 REMOVE TRAFFIC STRIPE, PAVEMENT MARKINGS AND PAVEMENT MARKERS LS 1 1.00 1.00 THERMOPLASTIC WHITE PAVEMENT MARKINGS-CALTRANS 16 STD A24A FOR ARROWS,A24C FOR SYMBOLS AND A24D FOR 7.50 8,325.00 WORDS SF 1110 17 THER MOPLASTIC 6" LANE LINE PER CALTRANS STD A20A, LF 11240 0.70 7,868.00 DETAIL 9 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 IS STRIPING PER CALTRANS STD.A20B, DETAIL 29 LF 4620 C-7 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 CITY OF LAKE ELSINORE CIP Project No. Z10069 20 THERMOPLASTIC 6"WHITE BIKE LANE LINE PER CALTRANS LF 8920 1.15 10,258.00 A201), 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 A5 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 26ETROREFLECTIVE 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,TYPE D 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 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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 and Five 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 (i=) 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 6ND WORDS. C-9 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 CITY OF LAKE ELSINORE CIP Project No. Z10069 SECTION C BID DOCUMENTS B-6 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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. Noy 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. 4-U , -ZO 7, Ber's Signature Date idd Edward J. Carlson Vice President Print Name Title C-11 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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 or-eie 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 ep hop 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. q`Zo - 2O ZI 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 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 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 2011 day of April 2021, Date Month By(1) Edward J. Carlson Name of Signer ..°.,y B.ROYMR Proved to me on the basis of satisfactory evidence Notary Public-California Riverside County be the person who appeared before me Commission N 2260352 022 My Comm.Expires Oct 26,2 (and (2) of Signer Proved to on the basis of satisfactory evidence be t erson who appeared before me.) Signature 44-t4 Place Notary Seal Above Signatur f 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 RIGHT THUMBPRINT RIGHT THUMBPRINT OF SIGNER OF SIGNER Title or Type of Document Non-Collusion Affidavit Top of thumb here Top of thumb here Document Date: 4-20-2021 Number of Pages: 1 Signer(s)Other Than Named Above: None DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 CITY OF LAKE ELSINORE CIP Project No. Z10069 BOND NO. D8597423 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 • (10%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 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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 5th day of April 20 21 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: '✓i. /i .1�. ��N Print Name: William Syrkin V � Title: Da-t Title: Attorney-in-Fact Signature: -�-�� Signature: _ Date: `"� 7-0 yl Date: April 5, 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 properly sign or omits the required signatures, the bid will be considered non-responsive and will be rejected. C-14 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 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 April 20, 2021 before me, B. Royster, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(`}' Mgner(r— 7 who proved to me on the basis of satisfactory evidence to be the B.ROYMR person(s) whose name(s) is/afe subscribed to the within instrument Notary Public-California and acknowledged to me that he/skte%tl�ey executed the same in Riverside County his/k►ef#heif authorized capacity(iss), and that by his/ktef/tk►eif Commission N 2260352022 signature(s) on the instrument the person(s), or the entity upon behalf My Comm.Expires Oct 26,2 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 official seal. Signature Place Notary Seal Above Sign 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: Signer(s)Other Than Named Above: William Syrkin, Attorney-in-Fact Capacity(ies)Claimed by Signers) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer—Title(s): Vice President ❑Corporate Officer—Title(s): ❑ Partner ❑ Limited ❑ General ❑ Partner I ❑ Limited ❑Gener ❑Attorney in Fact OF SIGNER ❑Attorney in Fact OF SIGNER ❑Trustee Top of thumb here ❑Trustee Top of thumb here ❑Other: ❑Other: ZZ Signer is Representing: Signer' Representing: All American Asphalt DocuSign Envelope ID:C5244lF6-A4CB-4A3D-AAF6-89418420B3A1 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 04/05/20211 before me, Liliana Gomez,Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin NameKof SignerN who proved to me on the basis of satisfactory evidence to be the person(* whose name( is/M subscribed to the within instrument and acknowledged to me that he/site/thay executed the same in his/het/their authorized capacity('its,), and that by his/her/ihsir signatureZ4on the instrument the person(a) 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. r�*. LILIANAGOMEZ WITNESS my hand and official seal. Notary Public-California _ =" = Orange County Aa /��ow a_ \ �� M Commission#2ay 20, - Signature /L� y Comm.Expires May 20,2022 Signature of Notary Publf 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: \\'illiam S\rkin Signer's Name: O Corporate Officer — Title(s): 7 Corporate Officer — Title(s): O Partner — Limited General - Partner — h Limited General 0 Individual Attorney in Fact Individual L Attorney in Fact O Trustee Guardian or Conservator I Trustee D Guardian or Conservator El Other: 11 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 #5907 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-8941842OB3A1 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 attorneys-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 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 1 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 seats of the said Companies, this 5th day of April 2021 TK 16 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 DocuSign Envelope ID:C5244lF6-A4CB-4A3D-AAF6-89418420B3A1 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 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, shalt 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 l Ith day of June,A.D.2019, low { � SEAL 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 Ith 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 sworn,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. �?, t;•tY-'•.s 'Car Q. � a., ,its` Constance A.Dunn,Notary Public %��=6'• "'� M Commission Expires:July 9,2023 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 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) 0 / 6E Olmm - II II ` Address S• � ) t'AU-) "Ok- Project Title AAMUAe 6ESM Project Location Type of Work Project Manager Contact$ 7�121 , _ Dated Completed 1 ZO Z 0 Contract Amount 2. Name (Firm/Agency) /"tW 6 a Address Z00v le, l W C4+ Project Title i'C Project Location VtAAJ PAZIe-"4- Type of Work 4 ,` 'L(,� Project Manager Contact *rUC41+6Wh e ( q .- * T �3 37 f Dated Completed I I- 2.0_Z O Contract Amount i Z, 476 a 3. Name (Firm/Agency) ��! Y o F tD%-T*4,,ty Address 776?2 {tt3 wr-Pi- Project Title TAP U 9-8 EX7S Project Location M� ZP 49-?�*6 Type of Work �f ,�, ,/ Project Manager Contact ie PrVC4c 7 VM hone Dated Completed Contract Amount ct C-16 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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 IN Fckhnff St_ - Oranqe,(-A P98R8 Specific Description of Sub-Contract: and Bid Items of Work: Survey - Various 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 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 CITY OF LAKE ELSINORE CIP Project No. Z10069 L15T 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 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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) Address P Project Title 1 li C*tob Project Location Type of Work Project Manager Contact Phone 4 7160 4 5l "IA 44 Dated Completed Contract Amount Z 5. Name (Firm/Agency) Address k Project Title Project Location Type of Work ^^-- �i �r r Project Manager Contact �� � ;rTPhone l Dated Completed �� t Contract Amount �i �(02 • +t!`v 6. Name (Firm/Agency) 9.*z CA- Address LkK p l Project Title )wig `' 1 A Project Location Type of Work y Project Manager Contact ron 7644 Dated Completed 5 -Ul rP Contract Amount U/,, 9 1k C ltcaozes It C-17 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 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 akerngontarioca.g-ov Pavement Rehabilitation— Barton Road City of Loma Linda Contract Amount: $768,677.00 25541 Barton Road Start Date: 04/2020 Lama Linda, CA 92354 End Date: 12/2020 Contact: T. Jarb Thaipejr (909) 799-4400 ithaipeir[a)lomalinda-ca.gov City of Jurupa Valley Granite Hill Drive Pavement Rehabilitation 8920 Limonite Avenue Contract Amount: $999,777.00 Start Date: 04/2020 Jurupa Valley, CA 92509 End Date: 10/2020 Contact: Chase Keys (951) 332-6464 ckeYsa_iurupavalley.org County of Orange JOC Pavement Maintenance Contract Amount: $2,584,747.69 601 N. Ross Street, 4�' Floor Start Date: 07/2020 Santa Ana, CA 92701 End Date: 08/2020 Contact: Albert Rodriguez albert.rodriguez a_ocpw.ocgov.com City of Compton Annual Residential Street Rehabilitation— 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//20 0 bduhn zandkconsultants.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 jfuentes(c�surfcity-hb.org DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 2020 PAST WORK REFERENCES Cameo Highlands Street Reconstruction City of Newport Beach 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 pkharazmi;7a newport beach ca.gov Citywide Overlay Street Improvements City of Westminster Contract Amount: $1,131,621 8200 Westminster Boulevard Start Date: 02/2020 Westminster, CA 92683 End Date: 06/2020 Contact: Theresa Tran (714) 548-3460 ttran@westminster,ca.gov Final Paving of Pennsylvania Ave Crescenta Valley Water District Contract Amount: $82,620.00 2700 Foothill Boulevard Stark Date: 02/2020 La Crescenta-Montrose, CA 91214 End Date: 04//20 0 Contact: Brook Yared (818) 236-4117 byaredP—cvwd.corn City of Alhambra 2020 HUD Street Improvements Project Contract Amount: $300,433.00 111 S. 151 Street Start Date: 06/2020 Alhambra, CA 91801 Contact: Robert Bias (626) 580-5000 End Date: 10/2020 rbias@cityofalhambra.orq County of Ventura Yerba Buena Rd. (South) Pavement Resurfacing 800 S. Victoria Avenue, #1600 Contract Amount: $2,298,467.40 Ventura, CA 93009 Start Date: 03/2020 Contact: Matt Maechler (805) 477-1911 End Date: 0 3/20 0 rnatthew.maechlerCa)ventura.org City of Camarillo Earl Joseph Drive Paving 601 Carmen Drive Contract Amount: $681,901.50 Start Date: 06/2020 Camarillo, CA 93010 End Date: 07/2020 Contact: Thang Tran (805) 388-5345 ttra n A cityofca m a ri I l o.orq DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 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 sshesheb(a)simival ley.org 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.solis(&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 poerezaci.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 istrictiandacompton city.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 kogerDa.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: 0912019 iricoa-sogate.org DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 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: 0812019 nick.lasherapardeehomes.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 kyoungla-bfontana.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 _ 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 Phasel, 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 d utierr downe ca.or DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 2019 PAST WORK REFERENCES City of Chino Slurry Seal Maintenance Work PO Box 667 Contract Amount: $372,805.00 Chino, CA. 91708 Start Date: 112019 Contact: Dustin Postovoit (909) 334-3415 End Date: 12/2019 apostovoit ,,cityofchino.orci 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 gwiison @cityoflancasterca.org 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@a.coltonca.ciov 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 jcorella �cathedraI city.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 voborskyg@san-clemente.org DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 "2018" 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 @moyal.arg 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«ic.ityofalisovieio.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 Complete: 11/2018 F60 es@cityofia unani uel.q g 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 cke s 'uru avalle .car DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 "201 » PAST WORK REFERENCES City of Irwindale Irwindale 2017-2018 Resurfacing Project 5050 N. Irwindale Avenue Contract Amount: $285,503.10 Irwindale, CA 91706 Start: 07/2018 Contact: Richard Corpis, (626)430-2200 Complete:08/2018 rcorpi5 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.go_v 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 h reen.cpm 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 iescutia surfcity-hb.org DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 !l2018N 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 ena fontana.or 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 tabernathv@lakeforestca.gov 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 uayonQla-quinta.org 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 kennethbaile c)caa rofessionals.com DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 '12018" PAST WORD 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 anew ortbeachca. ov Town of Apple Valley Navajo (toad 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 rber er a levalle .9-r9 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 lndianWells.com DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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): JNAME TITLE LICENSE N0. (If Applicable) Mark Luer President 1267073 Edward J. Carlson Vice President Michael Farkas Secretary C-18 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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 NO (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 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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. Signature Date Edward J. Carlson Vice President Print Name Title All American Asphalt Contractor Name C-20 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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. 011 Signature Date Edward J. Carlson Vice President Print Name Title All American Asphalt Contractor Name C-21 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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) (­o)(+t) 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. Signature By: Edward J. Carlson Name Vice President Title All American Asphalt Contractor Name C-22 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, State. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder# , has 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. ,,l� 4- ZO - 2 o Z t Signature Date Edward J. Carlson Vice President Print Name Title All American Asphalt Contractor Name C-23 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 EXHIBIT B LIST OF SUBCONTRACTORS [ATTACHED] DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 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 IN Fckhnff St_ - Oranqe,(-A P98R8 Specific Description of Sub-Contract: and Bid Items of Work: Survey - Various 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 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 CITY OF LAKE ELSINORE CIP Project No. Z10069 L15T 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 DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES T 951-736-7600 F 951-739-4671 ALL 1- MERICA P.O.Box 2229,CORONA CA 92878-2229 ASPHALT CONTRACTORS LICENSE#267073 A,C12 D1R#1000001051 AN EQUAL OPPORTUNITY EMPLOYER June 18, 2021 Nicole McCalmont City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 951-674-3124 RE: Executed Faithful Performance Bonds and Labor and Material Bonds SUBJECT: Collier Avenue Pavement Rehabilitation Project No. Z10069 Dear Ms. McCalmont: Enclosed you will find executed in duplicate (2) original Faithful Performance Bonds and Labor and Materials Bonds for the above subject project. Also included is the Certificate of Insurance. If you should have any questions or require any additional information, please feel free to contact our Project Manager, Gordon Kline at (951) 736-7600 Extension No. 208. ThC Ilk- you, Brenda Royster Contract Administrator Enclosures: (2) Performance Bonds (2) Labor and Materials Bonds (1) Copy of City Business License (1) Certificate of Insurance DocuSign Envelope ID:C52441 F6-A4CB-4A3D-AAF6-89418420B3A1 fY 0 z °" 0 V 4� ►--� vm' , W " M � LLA �P a ` U LUU O � wa o CID C) LU J a mm T G � O a V ro 21 N . 0 CL 00 00 r v rn C N � W w x -� VW1 4& -r o W aQ orb V 24 rn "t W o € 0 z €_ to Via ° � ro � � DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 ACO O0 DATE(MM/DD/YYYY) `� CERTIFICATE OF LIABILITY INSURANCE 6/15l2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACr PRODUCER Edggewood Partners Insurance Center NAME: Certificates De artmenI P6. BOX 5003 PHONE 525-244-7700 MC No• 925-901__0671 San Ramon, CA 94583 ADDRESS: EPICcerts9be»icbrokers.com INSURERS AFFORDING COVERAGE NAIC# www.epicbrokers.com CA LICENSE#01329370 INSURER A: Arch Specialty Insurance Company 21199 INSURED INSURER B: Zurich American Insurance Comps 16535 All American Asphalt P.O. Box 2229 INSURER C: Great American Insurance Company 16691 Corona CA 92878 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 62326987 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. t TR TYPE OF INSURANCE D L UBR POLICY NUMBER MM DDIYYYY MPOLICY DDMVYY LIMITS LTR A ✓ COMMERCIAL GENERAL LIABILITY DPC1005856-04 8/1/2020 8/1/2021 EACH OCCURRENCE $1.000,000 CLAIMS-MADE u OCCUR PREMISES Eacccurrancal $100 000 MED EXP(Any oneperson) $ PERSONAL&ADV INJURY $1 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ECT LOC PRODUCTS-COMP/OP AGG $2 OOO,OOO OTHER: $ B AUTOMOBILE LIABILITY BAP5571088-08 8/1/2020 8/1/2021 Ea BINNBOIsINGLELIMIT $2000000 ✓ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ ✓ AUTOS ONLY ✓ AUTOS ONLY Per aed C UMBRELLA LIAB �/ OCCUR I TUE347483600 8/1/2020 8/1/2021 EACH OCCURRENCE $5 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED I ✓I RETENTION$10,000 1 Following-Form $ B WORKERS COMPENSATION WC593205707 8/1/2020 8/1/2021 �/ SPER TATUTE EORTH AND EMPLOYERS'LIABILITY Y I N ANYPROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ QQ 49p If yea,doscribe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1 000 000 I DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Project#Z10069/RE:Collier Avenue Pavement Rehabilitation/ Certificate Holder is Additional Insured if Required by Written Contract Excluding Workers Compensation CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Lake Elsinore THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 130 S.Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Lake Elsinore CA 92530 AUTHORIZED REPRESENTATIVE _5/ Certificates Department ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 62326987 120[01]Standard with$5mm XS I Siera Landreth 1 6/15/2021 8:57:40 AM(PDT)I Page I or 11 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 INNUIR To: Whom it may concern PO Box 5003 Regarding: Notice of Cancellation San Ramon,CA 94583 Phone: 925.244.7700 Date Issued: 6/15/2021 Fax: 925.901-0244 Email: EPICcerts@epicbrokers.com Named Insured(s): All American Asphalt Policy Number(s): DPC1005856-04 BAP5571088-08 CERTIFICATE HOLDER: WC593205707 TUE347483600 City of Lake Elsinore 130 S.Main Street Lake Elsinore CA 92530 Should the above described policy be cancelled before the expiration date thereof, we will mail 30 days written notice to the above referenced Certificate Holder; except, 10 days notice for non-payment of premium. Sincerely, .Z:)a--, Dan Ryan, Managing Principal epicbrokers.com edgewood partners insurance center ca license OB29370 62326987120[01]Standard with S5mm XS I Siera Landreth 1 6/15/2021 8:57:40 AM(PDT)I Page 2 of I I DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location(s)Of Covered Operations Or Organization(s): Any person or organization where the Named Any location where required by written contract or Insured has agreed to add as an additional insured agreement, provided the contract or agreement is by written contract or agreement, provided the executed prior to any'occurrence" or offense. contract or agreement is executed prior to any 'occurrence"or offense Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is broader than that which you are amended to include as an additional required by the contract or insured the person(s) or organization(s) agreement to provide for such shown in the Schedule, but only with additional insured. respect to liability for "bodily injury", "property damage" or "personal and B. With respect to the insurance afforded to advertising injury' caused, in whole or in these additional insureds, the following part, by: additional exclusions apply: 1. Your acts or omissions; or This insurance does not apply to "bodily injury" or "property damage" occurring 2. The acts or omissions of those after: acting on your behalf; 1. All work, including materials, parts in the performance of your ongoing or equipment furnished in operations for the additional insured(s) at connection with such work, on the the location(s)designated above. project (other than service, maintenance or repairs) to be However: performed by or on behalf of the additional insured(s) at the location 1. The insurance afforded to such of the covered operations has been additional insured only applies to completed; or the extent permitted by law; and 2. That portion of "your work" out of 2. If coverage provided to the which the injury or damage arises additional insured is required by a has been put to its intended use by contract or agreement, the any person or organization other insurance afforded to such than another contractor or additional insured will not be subcontractor engaged in CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 62326987 120[01)Standard with$5mm XS I Siera Landreth 1 6/15/2021 8:57:40 AM(PDT)I Page 3 of 11 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 performing operations for a 1. Required by the contract or principal as a part of the same agreement; or project. 2. Available under the applicable C. With respect to the insurance afforded to Limits of Insurance shown in the these additional insureds, the following is Declarations; added to Section III — Limits Of Insurance: whichever is less. If coverage provided to the additional This endorsement shall not increase the insured is required by a contract or applicable Limits of Insurance shown in agreement, the most we will pay on behalf the Declarations. of the additional insured is the amount of insurance: All other terms and conditions of this policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC1005856-04 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2020 REFERENCE: SCHEDULE: Project#Z10069/RE:Collier Avenue Pavement Rehabilitation/ City of Lake Elsinore CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 2 of 2 62326987 120[011 Standard with$5mm XS I Siera Landreth 16/15/2021 8:57:40 AM(PDT)I Page 4 of 11 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization where the Named Insured All locations where required by contract. has agreed to add as an additional insured by written contract or agreement, provided the contract or agreement is executed prior to any 'occurrence" or offense Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is additional insured. amended to include as an additional insured the person(s) or organization(s) B. With respect to the insurance afforded to shown in the Schedule, but only with these additional insureds, the following is respect to liability for "bodily injury" or added to Section III — Limits Of "property damage" caused, in whole or in Insurance: part, by "your work" at the location designated and described in the Schedule If coverage provided to the additional of this endorsement performed for that insured is required by a contract or additional insured and included in the agreement, the most we will pay on behalf "products-completed operations hazard". of the additional insured is the amount of insurance: However: 1. Required by the contract or 1. The insurance afforded to such agreement; or additional insured only applies to the extent permitted by law; and 2. Available under the applicable Limits of Insurance shown in the 2. If coverage provided to the Declarations; additional insured is required by a contract or agreement, the whichever is less. insurance afforded to such additional insured will not be This endorsement shall not increase the broader than that which you are applicable Limits of Insurance shown in required by the contract or the Declarations. agreement to provide for such CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 62326987120[01]Standard with$5mm XS I Siera Landreth 1 6/15/2021 8:57:40 AM(PDT)I Page 5 of 11 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 All other terms and conditions of this Policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC1005856-04 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2020 REFERENCE: SCHEDULE: Project#Z10069/RE:Collier Avenue Pavement Rehabilitation/ City of Lake Elsinore CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 2 of 2 623269871 20[01]Standard with$5mm XS I Siera Landreth 1 6/15/2021 8:57:40 AM(PDT)I Page 6 of 1 I DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (1) The additional insured is a Named Condition and supersedes any provision to the Insured under such other insurance; contrary: and Primary And Noncontributory (2) You have agreed in writing in a Insurance contract or agreement that this insurance would be primary and This insurance is primary to and will not would not seek contribution from seek contribution from any other any other insurance available to the insurance available to an additional additional insured. insured under your policy provided that: All other terms and conditions of this policy remain unchanged. REFERENCE: SCHEDULE: Project#Z10069/RE:Collier Avenue Pavement Rehabilitation/ City of Lake Elsinore Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC1005856-04 Named Insured:All American Asphalt Endorsement Effective Date:08/01/2020 CG 20 01 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 62326987 120[Oil Standard with S5mm XS I Siera Landreth 1 6/15/2021 8:57:40 AM(PDT)I Page 7 of 11 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization where the waiver of our right to recover is permitted by law and is required by written contract or agreement, provided the contract or agreement is executed prior to any occurrence or offense Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer for injury or damage arising out of your ongoing Of Rights Of Recovery Against Others To Us operations or "your work" done under a contract of Section IV—Conditions: with that person or organization and included in the "products-completed operations We waive any right of recovery we may have hazard". This waiver applies only to the person against the person or organization shown in the or organization shown in the Schedule above. Schedule above because of payments we make All other terms and conditions of this policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number:DPC1005856-04 Named Insured:All American Asphalt Endorsement Effective Date: 08/01/2020 REFERENCE: SCHEDULE: Project#Z10069/RE:Collier Avenue Pavement Rehabilitation/ City of Lake Elsinore CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 62326987 120[01l Standard with$5mm XS I Siera Landreth 1 6/15/2021 8:57:40 AM(PDT)I Page 8 of I I DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 6/15/2021 POLICY NUMBER: BAP5571088-08 COMMERCIAL AUTO CA 20 4810 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to ccverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are "insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: All American Asphalt Endorsement Effective Date:08/01/2020 SCHEDULE Name Of Person(s)Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Llanllty Coverage, but SCHEDULE: only to the extent that person or organization qualifies City of Lake Elsinore as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 m Insurance Services Office, Inc.,2011 Page 1 of 1 62326987120[01]Standard with$5mm XS I Siera Landreth 1 6/15/2021 8:57:40 AM(PDT)I Page 9 of 11 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 6/15/2021 POLICY NUMBER: BAP5571088-08 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured:All American Asphalt Endorsement Effective Date: 08/01/2020 SCHEDULE Name(s)Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY Information required to complete this Schedule. if not shown above. will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the SCHEDULE: person(s) or organization(s) shown in the Schedule, City of Lake Elsinore but only to the extent that subrogation is waived prior to the "accident' or the "loss" under a contract with that person or organization. CA 04 4410 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 62326987 120[Oil Standard with$5mm XS I Siera Landreth 1 6/15/2021 8:57:40 AM(PDT)I Page 10 of I I DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 WORKERS'COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 0 . 00 % of the California workers' compensation pre- mium otherwise due on such remuneration. Schedule Person or Organization Job Description ALL PERSONS AND/OR ALL CA OPERATIONS ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION SCHEDULE: REFERENCE: Project#Z10069/RE:Collier Avenue Pavement City of Lake Elsinore Rehabilitation/ Policy Number: WC593205707 Named Insured: All American Asphalt All American Asphalt Endorsement Effective Date: 08/01/2020 WC 252(4-84) WC 04 03 06(Ed.4-84) Page 1 of 1 62326987120[01]Standard with$5mm XS I Siera Landreth 1 6/15/2021 8:57:40 AM(PDT)I Page 11 of 11 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 Premium is for contract term and is subject to adjustment based on final contract price Executed in:2 Counterparts CITY OF LAKE ELSINORE CIP Project No. Z10069 BOND NO. 7666056 PREMIUM $4,709.00 FAITHFUL PERFORMANCE BOND (100% of Total Contract Amount) WHEREAS, the City Council of the City of Lake Elsinore, State of California, has awarded to and entered into an Agreement with All American Asphalt (hereinafter designated as "Principal") whereby Principal agrees to construct or install and complete certain designated public improvements, which said Agreement, effective on the date signed by the City Manager, and identified as COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT CIP PROJECT NO.Z10069 is hereby referred to and made a part hereof; and WHEREAS, said Principal is required under the terms of said Agreement to furnish a bond guaranteeing the faithful performance of said Agreement. NOW THEREFORE, we the undersigned Principal and Fidelity and Deposit Company of Maryland as Surety, are held and firmly bound unto the City of Lake Elsinore (hereinafter designated as"City") in the penal sum of one million one hundred ninety-two thousand one*dollars ($1,192,114.05 ), lawful money of the United States, for which payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. "hundred fourteen and 05/100 THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounded Principal, his or her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in said Agreement and any alterations thereof made as therein provided, on his or her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City, its officers, agents and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorneys'fees, incurred by City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. The Surety hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement or to the work to be performed thereunder, or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the work or the specifications. (SIGNATURE PAGE FOLLOWS) D-36 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 CITY OF LAKE ELSINORE CIP Project No. Z10069 BOND NO. 7666056 SIGNATURE PAGE TO FAITHFUL PERFORMANCE BOND IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named and we have hereunto set our hands, and seals on this 15th day of June 20 21 BIDDER/PRINCIPAL: SURETY: Principal Name: All American Asphalt Name: Fidelity and Deposit Company Df!1P�and Address: 400 East Sixth Street Address: 777 S.Figueroa Street,Suite 3e00 Y Corona,CA 92879 Los Angeles,CA 90017 Telephone No.: (951)736-7600 Telephone No.: (213)270-0600 Print Name GNBMAUT, M•J P. Print Name: William Syrkin,Attorney-in-Fact Attorney-in-Fact Signature: �' /" Signature: Approved as to Form this day of 20 City Attorney City of Lake Elsinore NOTE: This bond must be executed by both parties. Corporate seal may be affixed hereto. All signatures must be acknowledged before a notary public (attach acknowledgments). The attorney-in-fact for the corporate surety must be registered, as such, in at least one county in the State of California. (Attach one original Power of Attorney sheet for each bond). D-37 DocuSign Envelope ID:C5244lF6-A4CB-4A3D-AAF6-89418420B3A1 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 June 18, 2021 before me, B. Royster, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name Signer who proved to me on the basis O—���to be the person(s) whose name(&) is/are subscribed to the within instrument B.ROYSTER and acknowledged to me that he/&he4l;ey executed the same in 2 ;rtit ci Notary Public-California his/he4heir authorized ca acit les and that b his/heOheir_� "' Riverside County � p Y( )� Y �,, Commission M 2260352 signature(&) on the instrument the person(s), or the entity upon behalf My Comm.Expires Oct 26,2022 + of which the person(&)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 n 4 icial seal. Signature Place Notary Seal Above Signature fNlary 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 Faithful Performance Bond—City of Lake Elsinore Document Date: June 15, 2021 Number of Pages: 4 Signer(s)Other Than Named Above: William Syrkin, Attorney-in-Fact Capacity(les)Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer—Title(&): Vice President ❑Corporate Officer—Title(s): ❑ Partner ❑ ❑ Limited ❑ General ❑ Partner ❑ ❑ Limited ❑Ge ral RIGHT THUMBPRINT RIGHT THUMBPRINT ❑Attorney in Fact OF SIrNFR ❑Attorney in Fact OF ❑Trustee Top of thumb here ❑Trustee Top of thumb here ❑Other: ❑Other: Signer is Representing: Signer is Re resenting: All American Asphalt DocuSign Envelope ID:C5244lF6-A4CB-4A3D-AAF6-8941842OB3A1 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. i State of California ) County of Orange ) On 06/15/2021 before me, Liliana Gomez,Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin NameKof SignerN who proved to me on the basis of satisfactory evidence to be the person(* whose name(. Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/har/their authorized capacity,and that by his/hezMwk signature�4on 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. a , LILIANAGOMEZ WITNESS my hand and official seal. • Notary Public-California ' Orange County z Commission#2243326 � My Comm,Expires May 20,2022 Signature Signature o Notary Publi 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: Performance Bond No.7666056 Document Date: 06/15/2021 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 W Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee O Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 DocuSign Envelope ID:C5244lF6-A4CB-4A3D-AAF6-89418420B3A1 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 attorneys-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 time.,, CERTIFICATE I, the undersigned, Vice President, 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 loth 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 15th day of June 2021 x� sass w,. 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.reportsfclaimsRnrichna.corn 800-626-4577 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 BOND NO. 7666056 PREMIUM$ is included in the performance bond LABOR AND MATERIALS BOND Executed in:2 Counterparts (100% of Total Contract Amount) WHEREAS, the City Council of the City of Lake Elsinore, State of California, has awarded to and entered into an Agreement with All American Asphalt (hereinafter designated as "Principal") whereby the Principal agrees to construct or install and complete certain designated public improvements, which said Agreement, effective on the date signed by the City Manager, and identified as COLLIER AVENUE PAVEMENT REHABILITATION AND STRIPING PROJECT CIP PROJECT NO.Z10069 is hereby referred to and made a part hereof; and WHEREAS, under the terms of the Agreement, said Principal is required before entering upon the performance of the work, to file a good and sufficient payment bond with the City of Lake Elsinore to secure the payment of claims to which reference is made in Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the Civil Code. NOW, THEREFORE, we the undersigned Principal and Fidelity and Deposit Company of Maryland, as Surety are held and firmly bound unto the City of Lake Elsinore (hereinafter designated as"City") and all contractors, subcontractors, laborers, material suppliers, and other persons employed in the performance of the Agreement as referred to in Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the California Civil Code, in the sum of one million one hundred ninety-two thousand one hundred fourteen and 05/100 dollars ($1,192,114.05 ), lawful money of the United States, for materials furnished or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work and labor, that the Surety will pay for the same in an amount not exceeding the sum specified in this bond. In the event suit is brought upon this bond, the Surety shall pay in addition to the face amount thereof, all costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing this obligation, to be awarded fixed by the court, and to be taxed as costs and to be included in the judgment therein rendered It is expressly stipulated and agreed that this bond shall inure to the benefit of any of the persons, companies, and corporations entitled to file claims under Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the California Civil Code, to give a right of action to such persons or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. The surety hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the agreement or the specifications accompanying the same shall in any manner affect its obligation on this bond, and it does hereby waive notice of any such change, extension, alteration, or addition. (SIGNATURE PAGE FOLLOWS) D-38 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 CITY OF LAKE ELSINORE CIP Project No. Z10069 BOND NO. 7666056 SIGNATURE PAGE TO LABOR AND MATERIALS BOND IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named and we have hereunto set our hands, and seals on this 15th day of June 2021, BIDDER/PRINCIPAL: SURETY: Principal Name: All American Asphalt Name: Fidelity and Deposit Company of Matyland 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: QW AtbT& C*"". I.P• Print Name: William Syrkin,Attorney-in-Fact Attorney-in- ct Signature: " ��� Signature: Approved as to Form this day of 20_. City Attorney City of Lake Elsinore NOTE: This bond must be executed by both parties. Corporate seal may be affixed hereto. All signatures must be acknowledged before a notary public (attach acknowledgments). The attorney-in-fact for the corporate surety must be registered, as such, in at least one county in the State of California. (Attach one original Power of Attorney sheet for each bond). D-39 DocuSign Envelope ID:C5244lF6-A4CB-4A3D-AAF6-89418420B3A1 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 tnithfiilness.accuracv.or validity of that document. State of California County of Riverside On June 18, 2021 before me, _ B. Royster, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Ca Ison Nam o Signer{ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument B,ROYSTER and acknowledged to me that he/she/they executed the same in Notary Public-California Z his/her4he0r authorized capacity(ies), and that by his/he4heir € =� Riverside County signature(&) on the instrument the person(&), or the entity upon behalf Commission#2260352 of which the person(&)acted,executed the instrument. 4D..""� My Comm,Expires Oct 26,2022 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 official seal. Signature • Place Notary Seal Above nature 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 Labor and Materials Bond—City of Lake Elsinore Document Date: June 15. 2021 Number of Pages: 4 Signer(s) Other Than Named Above: William Sorkin, Attorney-in-Fact Capacity(We)Claimed by Signer(s) Signer's Name:_ Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer—Title(&): Vice President ❑ Corporate Officer—Title(s): ❑ Partner ❑ ❑ Limited❑General ❑ Partner ❑ ❑ Limited❑ Genera RIGHT THUMBPRINT RIGHT THUMBPRINI ❑Attorney in Fact OFSIGNER ❑Attorney in Fact nF SIGNER ❑Trustee Top of thumb here ❑Trustee Top of thumb here ❑Other: ❑Other: ,r Signer is Representing: Signer is Representing: All American Asphalt � t ._• .rv�-v:r DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-8941842OB3A1 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 l document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) On 06/15/2021 before me, Liliana Gomez,Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin NameKof SignerN who proved to me on the basis of satisfactory evidence to be the person( whose name(4 is/are subscribed to the within instrument and acknowledged to me that he/stye/they executed the same in his/herA'heir'authorized capacity(, and that by his/hevlhetr signatureZ.on the instrument the person(, or the entity upon behalf of which the personN acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph LILIANAGOMEZ is true and correct. Notary Public-California WITNESS my hand and official seal. Orange County > =, Commission#2243326 My Comm,Expires May 20,2022 �� WROPWO Signature_ / '/��� l Signature of Notary Pubhc 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: , I'uN n,ent Bond No.7666056 Document Date: 06/15/2021 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 W 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 ©2014 National Notary Association •www.NationalNotary.crg • 1-800-US NOTARY(1-800-876-6827) Item#5907 DocuSign Envelope ID:C5244lF6-A4CB-4A3D-AAF6-89418420B3A1 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,AttgMLW-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 attorneys-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 time." CERTIFICATE I, the undersigned, Vice President, 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 10th 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 15th day of June 2021 4�e 8$AL � 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.reportsfclaimsAzurichna.com 800-626-4577 DocuSign Envelope ID:C52441F6-A4CB-4A3D-AAF6-89418420B3A1 BUSINESS LICENSE CITY OF LAKE ELSINORE This business license is issued for revenue purposes only and does not grant authorization Administrative Services-Licensing to operate a business. This business license is issued without verification that the holder is 130 South Main Street, Lake Elsinore, CA 92530 subject to or exempted from licensing by the state, county, federal government, or any PH (951)674-3124 other governmental agency. Business Name: ALL AMERICAN ASPHALT BUSINESS LICENSE NO. 001333 Business Location: PO BOX 2229 Business Type: GENERAL ENGINEERING CONTRACTOR CORONA,CA 92878-2201 Owner Name(s): MARK LUER Issue Date: 2/1/2021 Expiration Date: 1/31/2022 ALL AMERICAN ASPHALT PO BOX 2229 CORONA,CA 92878-2201 Starting January 1, 2021, Assembly Bill 1607 requires the prevention of gender-based discrimination of business establishments. A full notice is available in English or other languages by going to:https://www.dca.ca.gov/publications/ TO BE POSTED IN A CONSPICUOUS PLACE THIS IS YOUR LICENSE • NOT TRANSFERABLE