Loading...
HomeMy WebLinkAboutItem 06 - Downtown Pavement Rehab SB-1 - SRCity Council Agenda Report City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 www.lake-elsinore.org File Number: ID# 22-198 Agenda Date: 5/25/2022 Status: Approval FinalVersion: 1 File Type: Council Consent Calendar In Control: City Council / Successor Agency Agenda Number: 6) Contract with All American Asphalt for the Downtown Pavement Rehabilitation SB-1 Project CIP No. Z10059 1.Approve and authorize the City Manager to execute a Public Works Construction Agreement with All American Asphalt in the amount of $1,964,431.45 for the Downtown Pavement Rehabilitation SB -1 Project CIP No. Z10059; 2.Authorize the City Manager to execute change orders not to exceed 10% contingency amount of $196,443.15; and 3.Authorize City Engineer to record the Notice of Completion once it is determined the work is complete and the improvements are accepted into the City maintained roadway network. Page 1 City of Lake Elsinore Printed on 5/19/2022 Page 1 of 2 REPORT TO CITY COUNCIL To: Honorable Mayor and Members of the City Council From: Jason Simpson, City Manager Prepared By: Remon Habib, City Engineer Date: May 25, 2022 Subject: Construction Contract Award for the Downtown Pavement Rehabilitation SB-1 Project – CIP No. Z10059 Recommendation 1. Award the Public Works Construction Agreement for the Downtown Pavement Rehabilitation SB-1 Project CIP No. Z10059 to All American Asphalt; and, 2. Authorize the City Manager to execute the Agreement in the amount of $1,964,431.45 to All American Asphalt; and, 3. Authorize the City Manager to execute change orders not to exceed 10% contingency amount of $196,443.15; and, 4. Authorize City Engineer to record the Notice of Completion once it is determined the work is complete and the improvements are accepted into the City maintained roadway network. Background The project consists of one full plan set consisting of grind and overlay, traffic striping and other repairs as shown on Improvement Plans. The project limits are Main Street to the west, Rupard Street to the east, Flint Street to the north and Prospect Street to the south. Streets include Lucerne Street, Marian Street, Morton Avenue, Herbert Avenue, Flint Street, Pottery Street, Franklin Street, Heald Street, Graham Street, Ellis Street, Lookout Street, Granite Street, E. Hill Street, Adobe Street, Rupard Street, Chestnut Street, Dutton Street, Maroni Street and Olive Street. The project was advertised on March 25, 2022. On April 28, 2022, the bids were publicly displayed. The low bidder is All American Asphalt at a total cost of $1,964,431.45. Discussion Contractor Bids were secured via the city’s electronic bidding portal PlanetBids on April 28, 2022, at 2:00 PM, results were made publicly visible. The City received four (4) bids from Construction Contract Award for the Downtown Pavement Rehabilitation SB-1 Project – CIP No. Z10059 May 25, 2022 Page 2 Page 2 of 2 qualified contractors. Staff recommends awarding the project to the apparent low bidder All American Asphalt. The bid results are summarized below: Contractor (Bidder) Total Bid Amount 1. All American Asphalt $1,964,431.45 2. Hardy & Harper $2,057,000.00 3. R.J. Noble Company $2,262,507.50 4. Hillcrest Contracting, Inc. $2,309,756.70 Fiscal Impact Public Works Construction Agreement will result in a cost of $1,964,431.45 plus an additional 10% contingency of $196,443.15. Funding for this project is allocated within the adopted CIP Budget. Exhibits A - Agreement B - Project Map 1 Agreement No. __________ AGREEMENT FOR PUBLIC WORKS CONSTRUCTION All American Asphalt For the Downtown Pavement Rehabilitation SB-1 Project CIP PROJECT NO. Z10059 This Agreement for Public Works Construction (“Agreement”) is made and entered into as of May 25, 2022 by and between the City of Lake Elsinore, a municipal corporation (“City”) and All American Asphalt, a Corporation (“Contractor”). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1. The Project and Project Documents. Contractor agrees to construct the following public improvements (“work”) identified as: Downtown Pavement Rehabilitation SB-1 Project (the “Project”) The City-approved plans for the construction of the Project, which are incorporated herein by reference and prepared by City of Lake Elsinore, are identified as: Downtown Pavement Rehabilitation SB-1 Project 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 Nine Hundred Sixty-Four Thousand Four Hundred Thirty-One and 45/100 dollars ($1,964,431.45). 2 b. City hereby promises and agrees to employ, and does hereby employ, Contractor to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Project Documents. c. Contractor agrees to receive and accept the prices set forth in the Bidder’s Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the Project Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 3. Completion of W ork. a. Contractor shall perform and complete all work within Seventy-Five (75) working days from the date of commencement specified in the Notice to Proceed, and shall provide, furnish and pay for all the labor, materials, necessary tools, expendable equipment, and all taxes, utility and transportation services required for construction of the Project. b. All work shall be performed and completed in a good workmanlike manner in strict accordance with the drawings, specifications and all provisions of this Agreement as hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and any other legal requirements governing the Project. c. Contractor shall not be excused with respect to the failure to so comply by any act or omission of the City, the City Engineer, a City inspector, or a representative of any of them, unless such act or omission actually prevents the Contractor from fully complying with the requirements of the Project Documents, and unless the Contractor protests at the time of such alleged prevention that the act or omission is preventing the Contractor from fully complying with the Project Documents. Such protest shall not be effective unless reduced to writing and filed with the City within three (3) working days of the date of occurrence of the act or omission preventing the Contractor from fully complying with the Project Documents. d. City and Contractor recognize that time is of the essence in the performance of this Agreement and further agree that if the work called for under the Agreement is not completed within the time hereinabove specified, damages will be sustained by the City and that, it is and will be impracticable or extremely difficult to ascertain and determine the actual amount of damages the City will sustain in the event of, and by reason of, such delay. It is, therefore, agreed that such damages shall be presumed to be in the amount of Five Hundred dollars ($500.00) per calendar day, and that the Contractor will pay to the City, or City may retain from amounts otherwise payable to Contractor, such amount for each calendar day by which the Contractor fails to complete the work, including corrective items of work, under this Agreement within the time hereinabove specified and as adjusted by any changes to the work. 3 4. Changes to Work. City and Contractor agree that the City may make changes to the work, or suspend the work, and no matter how many changes, such changes or suspensions are within the contemplation of the Contractor and City and will not be a basis for a compensable delay claim against the City nor be the basis for a liquidated damage claim against the Contractor. Any change to the work shall be by way of a written instrument (“change order”) signed by the City and the Contractor, stating their agreement to the following: a. The scope of the change in the work; b. The amount of the adjustment to the contract price; and c. The extent of the adjustment to the Schedule of Performance. The City Engineer is authorized to sign any change order provided that sufficient contingency funds are available in the City’s approved budget for the Project. All change in the work authorized by the change order shall be performed under the applicable conditions of the Project Documents. City and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustments for such changes. 5. Bonds. Contractor shall provide, before commencing work, a Faithful Performance Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price in the form that complies with the Project Documents and is satisfactory to the City Attorney. 6. Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed of by Contractor without the prior written consent of City. 7. Licenses. Contractor represents and warrants to City that it holds the contractor’s license or licenses set forth in the Project Documents, is registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business license. 8. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, the County and Board Supervisors, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to 4 property, or violation of law. It is understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Contractor from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 9. Insurance Requirements. a. Insurance. Contractor, at Contractor’s own cost and expense, shall procure and maintain, for the duration of the Agreement, unless modified by the City’s Risk Manager, the following insurance policies. i. Workers’ Compensation. Coverage. Contractor shall maintain Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. In the event that Contractor is exempt from Worker’s Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. ii. Commercial General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liability Coverage. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may be attached limiting the coverage. 5 iv. Builder’s Risk Coverage. Prior to the commencement of any construction of the Project, Design-Builder shall obtain (or cause to be obtained) and keep in force during the term of any construction, builder’s risk insurance insuring for all risks of physical loss of or damage (excluding the perils of earthquake and flood). v. Professional Liability Coverage. Contractor shall maintain professional errors and omissions liability insurance appropriate for Contractor’s profession for protection against claims alleging negligent acts, errors or omissions which may arise from Contractor’s services under this Agreement, whether such services are provided by the Contractor or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general commercial liability and automobile liability insurance policy shall be with insurers possessing a Best’s rating of no less than A:VII and shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured with respect to liability arising out of work performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. v. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. c. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City’s option, Contractor shall demonstrate financial capability for payment of such deductibles or self-insured retentions. d. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of 6 performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 10. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Contractor: All American Asphalt Attn: Edward Carlson 400 East Sixth Street Corona, CA 92879 11. Entire Agreement. This Agreement constitutes the complete and exclusive statement of agreement between the City and Contractor. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 12. Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 13. Assignment and Subcontracting. Contractor shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties for obligations of the Contractor under this Agreement will be permitted only with the express consent of the City. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 14. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 15. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 16. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 7 17. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys’ fees. 18. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 19. Authority to Enter Agreement and Administration. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. The City Engineer shall act as the Project administrator on behalf of the City. 20. Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 21. Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 22. Prevailing W ages. a. Contractor and all subcontractors shall adhere to the general prevailing rate of per diem wages as determined and as published by the State Director of the Department of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore and are available for review upon request. 8 b. Contractor's attention is directed to the provisions of Labor Code Sections 1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these Sections. The statutory provisions for penalties for failure to comply with the State's wage and the hours laws will be enforced. c. Labor Code Sections 1774 and 1775 require the Contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures and certain notices required of the Contractor pertaining to their location. The statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner without regard to when the Project was awarded to Contractor. d. Labor Code Section 1777.5 requires Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project, which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the Agreement. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade and if other contractors on the public works site are making such contributions. Information relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age. e. Eight hours labor constitutes a legal day's work, as set forth in Labor Code Section 1810. 23. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. [Signatures on next page] 9 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. “CITY” CITY OF LAKE ELSINORE, a municipal corporation “CONTRACTOR” All American Asphalt, a Corporation City Manager ATTEST: By: Edward J. Carlson Its: Vice President City Clerk APPROVED AS TO FORM: City Attorney Assistant City Manager EXHIBIT A CONTRACTOR’S PROPOSAL [ATTACHED] EXHIBIT B LIST OF SUBCONTRACTORS [ATTACHED] PCI: 43 TO 60PCI: 6 0 PCI: 5 8 PCI: 6 1 PCI: 1 8 PCI: 1 0 PCI: 2 8PCI: 40PCI: 45 TO 30PCI: 76******PCI: 1 2 PCI: 15 PCI: 0 PCI: 0 SLURRY SEAL TYPE IIGRIND AND OVERLAYAC RECONSTRUCTION*PROPOSED AC BERMSPROPOSED CROSS GUTTERDOWNTOWN STREETRESURFACING PROJECTSB-1 - FY 21-22PCC RECONSTRUCTIONNEW AC PAVING CITY OF LAKE ELSINORE CIP Project No. Z10059 SECTION C BID DOCUMENTS W*. CITY OF LAKE ELSINORE CIP Project No. Z10059 r-1 "Begamael-• DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 Company: All American 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: Seventy-five (76) Working Days from Issuance of Notice to Proceed (NTP) by City to Contractor. 1. BID SCHEDULE A PART 1 - BASE BID PAVEMENT REHABILITATION Table is Applicable for Sheets 1 -13 REM TOTAL NO. DESCRIPTION UNIT QUANTITY UNIT COST COST MOBILIZATION, DEMOBILIZATION & CLEANUP FOR 1.1 PARTS 1 & 2 LS 1 1.2 TRAFFIC CONTROL PLAN PARTS 1 & 2 LS 1 ow STORM/NON-STORM WATER POLLUTION CONTROL 1.3 PARTS 1 & 2 LS 1 3j ADO 1.4 CLEARING AND GRUBBING PARTS 1 & 2 LS 1 p 0� 1.5 SURVEY STAKING FOR PARTS 1 & 2 LS 1 1.6 TYPE II SLURRY & CRACK FILL SF 1SO430 1.7 2 GRIND AND REMOVE AC CY 1660 'LZ. 1.8 2" AC OVERLAY TON 4460 ".06 1.9 REMOVE 3" AC CY 1 660 Z-00 1.10 3" AC OVER NATIVE TON 1490 Q 2,06 1.11 1" MIN. GRIND OVER CONCRETE STREET CY 75 Z 60 1.12 CRACK REPAIR SUBSEQUENT TO GRINDING LS 1 0 3" AC OVER COMPACTED SOIL AT STREET WIDENING 1.13 AREAS TON 280 7 1.14 COMPACT 12" SOIL TO 95 % COMPACTION AT STREET (;' 40 WIDENING AREAS CY 440 SAWCUT, REMOVE AND DISPOSE OF EXISTING AC 1.15 PAVEMENT FOR STREET WIDENING SF 800 �' Q� 1.16 REGRADE BEHIND PAVEMENT OR DIKE TO4:1 MAX. �' 00 SLOPE & DISPOSE OF EXCESS MATERIAL CY 510 SAWCUT, REMOVE AND DISPOSE CONCRETE 2.490 1.17 DRIVEWAY SF 9360 SAWCUT, REMOVE AND DISPOSE OF AC BERM, 1.18 ASPHALT, CURB, CONCRETE, SHRUBS ETC. IN CONFLICT 1 24 SIM WITH PROPOSED IMPROVEMENTS AND REGRADE LS 1.19 SAWCUT EXISTING PAVEMENT PER DETAIL ON SHEET 2 1 LF 2400 Z• 00 C-1 CITY OF LAKE ELSINORE CIP Project No. Z10059 GRIND EXISTING PAVEMENT (1.5") AND INSTALL 1.5" 4%' 60 1.20 A.C. OVERLAY PER DETAIL ON SHEET 2 LF 2400 1.21 CONTIGUOUS SIDEWALK PER LAKE ELSINORE STD. NO. �' 6D 210 SF 380 1.22 PROTECT AND ADJUST WATER VALVE DURING GRIND & ��'� OVERLAY EA 94 PROTECT AND ADJUST MANHOLE/SEWER CLEANOUT 1.23 DURING GRIND & OVERLAY EA 43 SSO•� RELOCATE AND INSTALL MAILBOX PER LAKE ELSINORE 1.24 STD.222 EA 14 �•� 1.25 REMOVE AND DISPOSE OF EXISTING TREE AND ROOT ! I � 0 SYSTEM EA 11 ) REMOVE GRANITE CURBS AND COORDINATE WITH 1.26 PUBLIC WORKS FOR DISPOSITION LF 140 Is� REMOVE DAMAGED CURB AND REPLACE WITH TYPE 6A 127 CURB PER LAKE ELSINORE STD. 202 LF 190 REMOVE TRAFFIC STRIPE, PAVEMENT MARKINGS AND 1.28 PAVEMENT MARKERS LS 1 INSTALL 12" WHITE THERMOPLASTIC LIMIT LINE AND 1.29 "STOP" PAVEMENT MARKING PER CALTRANS STD A24D 1420 7, 6t AND A24E SF THERMOPLASTIC 12" YELLOW CROSSWALK PER 100 2 1.30 CALTRANS STD A24F LF 00 1.31 THERMOPLASTIC 4"/4" DOUBLE YELLOW STRIPING PER �� CALTRANS STD A20A, DETAIL 21 LF 1875 • THERMOPLASTIC WHITE PAVEMENT MARKINGS - 1.32 CALTRANS STD A24A FOR ARROWS, A24C FOR SYMBOLS AND A24D FOR WORDS SF 110 61NCH DASHED THERMOPLASTIC CENTERLINE YELLOW 104 1.33 STRIPING PER CALTRANS STD A20A, DETAIL LF (• QO 1.34 RAISED BLUE PAVEMENT MARKER (RPM) EA 30 /0.0 SUBTOTAL # /' O� • 2. BID SCHEDULE A PART 2 - BASE BID DRAINAGE IMPROVEMENTS (Table is Applicable for Sheets 1 -13) 2.1 TYPE 6 CURB & GUTTER PER CITY OF LAKE ELSINORE STD. 200 TO MATCH EXISTING ELEVATIONS AT LIMITS LF 2175 4S.00 2.2 AC DIKE PER CALTRANS STD PLAN A87A, TYPE D, CASE F LF 9260 Z, Cro 2.3 AC CURB DIKE PER CALTRANS STD. A87A, TYPE A LF 2350 ,QO 2.4 AC DIKE TO CURB TRANSITION LF 430 If. NO 2.5 AC RESIDENTIAL DRIVEWAY WITH AC DIKE AT CURB PER RIVERSIDE CO. STD. 206 SF 9000 9 od I 2.6 RESIDENTIAL DRIVEWAY PER RIVERSIDE CO. STD. 213 SF 7800 1. V O 2.7 ALLEY APRON PER COUNTY OF RIVERSIDE COUNTY STANDARD DWG. NO. 500 SF 300 I �• 0(� C-2 C CITY OF LAKE ELSINORE CIP Project No. Z10059 2.8 CURB RAMP WITH TRUNCATED DOMES PER CITY OF EA 1 7,SU0 LAKE ELSINORE STD. PLAN 214A 2.9 MODIFIED CURB RAMP TYPE III WITH TRUNCATED EA 1 DOMES PER CITY OF LAKE ELSINORE STD. PLAN 214A a WITH RETAINING CURB 2.10 CROSS GUTTER PER RIVERSIDE COUNTY STD. PLAN NO SF 1600 fr 00 209. (6- WIDE) I I1� • 2.11 TYPE 8 CURB & GUTTER PER CITY OF LAKE ELSINORE STD. LF 1 275 201 TO MATCH EXISTING ELEVATIONS AT LIMITS SUBTOTAL Total Bid for Bid Schedule A PART 1 & 2: 4 / 1 5L 6j -7 / S' (Figures') Total Bid for Bid Schedule A PART 1 & 2: BID SCHEDULE B Table is Applicable for Ellis Street Pavement Reconstruction Sheet 14 n ITEM NO. DESCRIPTION UNIT CITY UNIT COST TOTAL B 1 MOBILIZATION, DEMOBILIZATION & CLEANUP LS 1 ISs 600 B 2 TRAFFIC CONTROL PLAN LS 1 K CDC B 3 STORM/NON-STORM WATER POLLUTION CONTROL LS 1 Z B.4 CONSTRUCTION SURVEY LS 1 Cfl0 REMOVE AND DISPOSE OF 5"-7" CONCRETE 0'$S B.5 PAVEMENT SF 34441 REMOVE AND DISPOSE EXIST. CONCRETE CURB & B.6 GUTTER LF 1090 B.7 REMOVE AND DISPOSE EXIST. CONCRETE SF 780 7 B.8 CONSTRUCT 3" AC TON 590 B.9 3" CL II A.B. OVER 95% COMPACTED NATIVE CY 282 0.8C CONSTRUCT 6" CONCRETE STREET SECTION OVER ' O. B.10 95% COMPACTED NATIVE. SF 4023 CONSTRUCT RESIDENTIAL DRIVEWAY WITH B.11 SIDEWALK AT R/W PER RIVERSIDE CO. STD. 213 SF 360 INSTALL TYPE 6 CURB & GUTTER PER CITY OF LAKE f +r B.12 ELSINORE STD. 200 LF 1024 �• C-3 CITY OF LAKE ELSINORE CI Project No. Z10059 I CONSTRUCT CONTIGUOUS SIDEWALK PER LAKE I 10-00 B.13 ELSINORE STD. NO.210 SF 150 CONSTRUCT ALLEY APRON PER COUNTY OF l�. �A B.14 RIVERSIDE COUNTY STANDARD DWG. NO.500 SF 210 W CONSTRUCT MODIFIED CROSS GUTTER PER RIVERSIDE COUNTY STD. PLAN NO. 209. (6' WIDE) CONSTRUCT WEAKENED PLANE JOINTS AT 10' (5.00 B.15 INTERVALS SF 284 B.16 PROTECT EX MANHOLE AND ADJUST AS NECESSARY EA 3 gmel.00 B.17 PROTECT EX VALVE(S) AND ADJUST AS NECESSARY EA 7 %5h.00 INSTALL 12" WHITE THERMOPLASTIC LIMIT LINE AND "STOP" PAVEMENT MARKING PER CALTRANS STD 7" C 0 B.18 A24D AND A24E SF 55 8.19 BLUE RAISED PAVEMENT MARKER (RPM) EA 2 16.00 TOTAL BID PRICE 2-& 1gYJT. 89 Total Bid for Bid Schedule B: Bid for Bid Schedule B: (Figures? BID SCHEDULE C Table is Applicable for Lucerne St., Marian St., Morton Ave and Herbert Ave Street Improvements- Sheet 15-16 ITEM NO. DESCRIPTION UNIT CITY UNIT COST TOTAL C.1 MOBILIZATION, DEMOBILIZATION & CLEANUP LS 1 I2 00 C 2 TRAFFIC CONTROL PLAN LS 1 74,00a C.3 STORM/NON-STORM WATER POLLUTION CONTROL LS 1 Z IDCO C.4 CONSTRUCTION SURVEY LS 1 lit 000 C.5 REMOVE AND DISPOSE OF 3" OF NATIVE MATERIAL OR ASPHALT AND COMPACT TO 9S% CY 340 ZC, Qa C.6 3" A.C. OVER 95% COMPACTED NATIVE TON 710 p 2 f 7 C.7 2" GRIND AND REMOVE AC CY 73 z2, • OO C.8 2" MIN. AC OVERLAY TON 160 34-OB C.9 HOT MIX ASPHALT DIKE PER CALTRANS STD. A87A, TYPE E, CASE F LF 3050 % - 00 C.10 AC RESIDENTIAL DRIVEWAY WITH AC DIKE AT CURB PER RIVERSIDE CO. STD. 206 SF 2260 V d. Od C-4 CITY OF LAKE ELSINORE CIP Project No. Z10059 RESIDENTIAL DRIVEWAY WITH SIDEWALK AT R/W DO C.11 PER RIVERSIDE CO. STD. 213 SF 280 S` REMOVE AND DISPOSE OF EXISTING TREE AND C.12 ROOT SYSTEM EA 1 C.13 PROTECT EX MANHOLE AND ADJUST AS NECESSARY EA 3 SSD C.14 PROTECT EX VALVE(S) AND ADJUST AS NECESSARY EA 7 INSTALL 12" WHITE THERMOPLASTIC LIMIT LINE AND "STOP" PAVEMENT MARKING PER CALTRANS 7,00 C.15 STD A24D AND A24E SF 330 C.16 BLUE RAISED PAVEMENT MARKER (RPM) EA 5 I `t Z %�►� 0 TOTAL BID PRICE • Total Bid for Bid Schedule C: I G�' � to L. UO '1 ` " (Figures") Total Bid for Bid Schedule C: ord TOTAL BID PRICE TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR DOWNTOWN PAVEMENT REHABILITATION PROJECT f$1. q Total Bid Price in Numbers y �rw a.w ww v R;. L^ Tctt. B'd ri a in enca� In case oft ancy between the written price and the numerical price, the written price shall prevail. Note: Estimated quantities are for the purpose of Bid comparison only; payments will be made on the basis of actual measurement of Work completed, except for lump sum (LS) and final pay (F) quantities. (S) denotes a specialty item. The Bid Price shall include, but not be limited to, sales tax and all other applicable taxes and fees. All work described on the plans and in the specifications and other incidentals necessary to complete the project shall be paid under items above. No additional payments will be allowed. C-5 CITY OF LAKE ELSINORE CIP Project No. Z10059 'BID MAY BE REJECTED IF TOTAL IS NOT SHOWN FOR BOTH FIGURES AND WORDS. The undersigned agrees to enter into and execute a contract, with necessary bonds, at the unit prices set forth herein and in case of default in executing such contract, with necessary bonds, the check or bond accompanying this bid and the money payable thereon shall be forfeited thereby to and remain the property of the City of Lake Elsinore. The above unit prices include all work appurtenant to the various items as outlined in the Specifications and all work or expense required for the satisfactory completion of said items. In case of discrepancies between unit prices and totals, the unit prices shall govern. The undersigned declares that it has carefully examined the Plans, Specifications, and Contract Documents, and has investigated the site of the work and is familiar with the conditions thereon. All American Asahalt Contractor Date: ��i• / Z6� Za Z 2 By % y� Ed and J. arlson, Vice President Contractor's State License No.: #267073 Class: A. C-12 Department of Industrial Relations Registration No: #1000001051 Registration Date: 7-1-2020 Address: PO Box 2229 Corona, CA 92878 FAX: 951-736-7646 C-6 Expiration Date: 6-30-23 CITY OF LAKE ELSINORE CIP Project No. Z10059 DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 The Bidder shall acknowledge the receipt of addenda by placing an "X" by each addendum received. C' 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. Bidde�naat r�e Edward J. Carlson Print Name C-7 LI J 2(, /zz Date Vice President Title CITY OF LAKE ELSINORE CIP Project No. Z10059 DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 STATE OF CALIFORNIA SS COUNTY OF ) (NAME) Edward J. Carlson affiant being first duly sworn, deposes and says: That he or she is Vice President of (sole owner, partner or other proper title) All American Asphalt the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associations, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham Bid. (Public Contract Code Section 7106) Address: PO Box 2229 - Corona. CA 92878 Telephone No.: 951-736-7600 Print Signature: Title: Vice President Date: `112&/Z2- Non-Collusion Affidavit must be accompanied by notary certificates for signature. Note the description of the document on the notary certificate. Attach notary certificate immediately followina this oaae. If the Bidder fails to properly sign or omits the required signature, the bid will be considered non -responsive and will be rejected. W CALIFORNIA JURAT GOV CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 26th day of April .2022, Date Month KENONA NAZARI Notary Public - California Riverside County is Commission k 2318601 My Comm. Expires Jan 10, 2024 Place Notary Seat Above By (1) Edward J. Carlson Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) (2) (and Name Proved to me on the basis of satisfactory evidence be the person who appeared before me.) Signature Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document Non -Collusion Affidavit Document Date: 4-26-22 Number of Pages: 1 Signer(s) Other Than Named Above: None Top of thumb here Top of thumb here CITY OF LAKE ELSINORE CIP Project No. Z10059 DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 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: C�eC Y �!•'lT License Number: XM ^ n Address of Office, Mill or Shop: / V C7r Specific Description of Sub -Con ract: and BidItems of Work: EA Name Under Which Subcontractor is Licensed: License Numb nt /�_ Jam/G _ _/� Address ffice, ill or Shop f �, �?t— M— w G(O Name Under Which Subcontractor is Licensed: M D Q-t SMAZtA l./ M,4 License Number: 7a ��' Address of Office, Mill or Shop: Specific Description of glib-Cotract: d id Items of _n Name Under Which Subcontractor is Licensed: 1 K•1o��(TDf !��[16Lf'I�ZS� License Number: -arV ' !v J Address of Office, Mill or Shop: / • xu Specific Description DLSun act: and Bid Items of Work: CA - 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-11 CITY OF LAKE ELSINORE CIP Project No. Z10059 LIST OF SUBCONTRACTORS DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 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: H .�• J ge- License Number: 14. ' r Address of Office, Mill or Shop: Specific Description of $ub-Cpi Name Under Which Subcontractor is Licensed: 04-r+ 1XIftk1N M2 ►.a License Number: Address of Office, Mill or Shop: 147 oL" OvE , Lf1 Specific Description o ,Su -Co tr ct:�nd Bid�t �ss of Work C• (� 7 Fop ^ i 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-11 CITY OF LAKE ELSINORE CIP Project No. Z10059 DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 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 Name Under Which Subcontractor is Licensed: License Number: Address of Office, Mill or Shop: Specific Description of Sub -Contract: and Bid Items of 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-11 CITY OF LAKE ELSINORE CIP Project No. Z10059 DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 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 (Firmm/Agency) - 7-0 rrcno �y 0 � Address 7� E. 11 ?5 l 1 [..,1� P , V MIA-9 l Q, Project Title LU GU yTeL L F IT V 1'i /, e&I :� F, W'1'J Project Location Type of Work Project Manager Contact A-1-4 one1� Dated Completed 17, -U 2Z Contract Amount F{ Z1 4q,Q. 2. Name (Firm/Agency) Address a M Project Title tn& 1 6:�n C U f' ��R1-4T P'l zrr Project Location C.: /�Z-f/� rO-T n M'M_u�l I ]►lam Type of Work c! t 1T1.`um ke jf & Project Manager Contact Z! b&FIAQ16�hone Dated Completed 11-10 ZD ContractAmount 3. Name (F Address MOM� S MJ 1 �� Project Title bl ,y—_ Project Location (i Type of Work Project Manager Contact Dated Completed 2o Contract Amount 2 C-12 2 5 CITY OF LAKE ELSINORE CIP Project No. Z10059 List any other projects (private, older than three (3) years, etc.) that may represent qualifying or similar experience: Name (Firm/Agency) Gi O F J L Address $ qZa U µ oA r7E Aiz I Project Title I G JJJkJC FT Vt Project Location p 6 f _^ Fries Type of Work Project Manager Contact 04LPhone ZQ✓rQ�g331 Dated Completed 16 ' UL Contract/An"mount-�(' lI [ 1 7 � Name(Firm/Agency) v( wt U Address Project TitlefAJ Project Location F Type of Work Project Manager Contact �� lily iC li �� hone !269 - 370 � l Dated Completed 11-2-015 Contract Amount 4 t 3 7� '-0 6. Name (Firm/Agency) l.V�Y VT V Vivy LA Address Project Title i► Project Location c, Type of Work / G65p- it7 -�G S�Project Manager ContacktQbPUIA-$hone Dated Completed 27-01 Contract Amount 43 , C-13 2020 PAST WORK REFERENCES City of Victorville 14343 Civic Drive Victorville CA. 92393 Contact: Bruce Miller 760-955-5085 bmiller(a)victorvi Ileca.gov Orange County Cemetery District 25751 Trabuco Rd. Lake Forest CA. 92630 Contact: Jim Mickartz 949-450-1088 mickartzarch(dtgmail.com City of Alhambra 111 S. 1'r Street Alhambra, CA. 91801 Contact: Robert Bias 626-580-5000 rbias cit ofalhambra.or City of Ontario 303 E. B Street Ontario, CA. 91764 Contact: Ariana Kern 909-395-2129 akern ontarioca.gov City of Loma Linda 25541 Barton Road Loma Linda, CA. 92354 Contact: T. Jarb Thaipejr 909-799-4400 ithaioeiar(alomalinda-ca.00v City of Jurupa Valley 8920 Limonite Avenue Jurupa Valley, CA. 92509 Contact: Chase Keys 951-332-6464 ckevs@iuruoavallev. org Third Avenue Road Improvements Contract Amount: $1,790,000.00 Start Date: 5/2020 End Date: 10/2020 El Toro Memorial Park Curb & Dr. Project Contract Amount: $416,999.99 Start Date: 08/2020 End Date: 11/2020 2020 HUD Street Improvements Project Contract Amount: $300,433.00 Start Date: 06/2020 End Date: 1012020 2020 Fall Pavement Rehabilitation Project Contract Amount: $2,499,333.00 Start Date: 07/2020 End Date: 12/2020 Pavement Rehabilitation —Barton Road Contract Amount: $768,677.00 Start Date: 04/2020 End Date: 12/2020 Granite Hill Drive Pavement Rehabilitation Contract Amount: $999,777.00 Start Date: 04/2020 End Date: 10/2020 2020 PAST WORK REFERENCES City of Camarillo 601 Carmen Drive Camarillo, CA 93010 Contact: Thang Tran (805) 388-5345 ttran(acitvofcamarillo. ora County of Ventura 800 S. Victoria Avenue, #1600 Ventura, CA 93009 Contact: Matt Maechler (805) 477-1911 matthew maechler@ventura.ora City of Westminster 8200 Westminster Boulevard Westminster, CA 92683 Contact: Theresa Tran (714) 548-3460 ttra nCcDwestm inster. ca. a ov City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Contact: Patricia Kharazmi (949) 644-3344 okharazmi(a�newoortbeachca.00v City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Contact: Joe Fuentes (714) 536-5259 ifuentesesurfcity-hb.ora County of Orange 601 N. Ross Street, 41^ Floor Santa Ana, CA 92701 Contact: Albert Rodriguez albert roddauez(Mocow ocaov com Earl Joseph Drive Paving Contract Amount: $681,901.50 Start Date: 06/2020 End Date: 07/2020 Yerba Buena Rd. (South) Pavement Resurfacing Contract Amount: $2,298,467.40 Start Date: 03/2020 End Date: 0612020 Citywide Overlay Street Improvements Contract Amount: $1,131,621 Start Date: 0212020 End Date: 0612020 Cameo Highlands Street Reconstruction Contract Amount: $2.425,694.00 Start Date: 07/2020 End Time: 11/2020 Arterial Rehabilitation of Graham St, Slater Ave, Newland St and Atlanta Ave Contract Amount: $5.181,955.00 Start Date: 05/2020 End Date:1112020 JOC Pavement Maintenance Contract Amount: $2,584,747.69 Start Date: 07/2020 End Date: 08/2020 2020 PAST WORK REFERENCES City of Orange 300 E. Chapman Avenue Orange, CA 92886 Contact: Martin Verona (714) 744-5563 mvaronaAcftvoforanee.ora City of Norco 2870 Clark Avenue Norco, CA 92860 Contact: Sam Nelson (951) 270-5607 snelsonO,ci norco ca.us City of Compton 205 S. Willowbrook Avenue Compton, CA 90220 Contact: Brittany Duhn (Z & K Consultants) bduhnazandkconsultants.com Annual Slurry Seat FY 19-20 Contract Amount: $377,737.78 Start Date: 06/2020 End Date: 12/2020 FY 2019-2020 Slurry Seal Project Contract Amount: $147,708.97 Start Date: 06/2020 End Date: 1212020 Annual Residential Street Rehab — Phase 1 Contract Amount: $5,295,068.00 Start Date: 05/2020 End Date: 1112020 2019 PAST WORK REFERENCES City of Simi Valley 2929 Tapo Canyon Rd. Simi Valley, CA 93063 Contact: Sarah Sheshebor (805)583-6792 ssheshebO-sim ivallev. orq County of Ventura 501 Poll Street Ventura, CA 93001 Contact: Christopher Solis (805) 654-2054 chris.solis(&ventura. org City of Stanton 7800 Katella Avenue Stanton, CA. 90680 Contact: Guillermo Perez (714) 890-4204 aperez(@ci.stanton.ca.us City of Compton 205 S. Willowbrook Avenue Compton, CA. 90220 Contact: John Strictland (310) 605-5505 Jstrictland(<ilcom ptoncity. orq City of San Clemente 910 Calle Negocio San Clemente, CA. 92673 Contact: Darra Koger (949) 361-3138 kogerD(cDSan-cemente. oM City of South Gate 8650 California Avenue South Gate, CA. 90280 Contact: John Rico (323) 563-9594 iricoasogate.ora Simi Valley Minor Street Rehabilitation Contract Amount: $510,124.25 Start Date: 07/2019 End Date: 0812019 Yerba Buena Area Resurfacing Project Contract Amount: $3,919,808.95 Start Date: 06/2019 End Date: 12/2019 2019 Citywide Street Resurfacing Contract Amount: $1,206,869.00 Start Date: 10/2019 End Date: 12/2019 Road Repair Service (Pothole Repair) Contract Amount: $1,019,100.00 Start Date: 08/2019 End Date: 11/2019 Street Rehabilitation for S. Avenue LA Esperanza Contract Amount: $384,055.00 Start Date: 09/2019 End Date: 10/2019 Circle Park Driveway Project Contract Amount: $268,576.00 Start Date: 06/2019 End Date: 09/2019 2019 PAST WORK REFERENCES Pardee Homes 1250 Corona Pointe Court, Ste. 600 Corona, CA. 92879 Contact: Nick Lasher (951) 428-4442 nick.lasherno oardeehomes.com City of Fontana 8353 Sierra Avenue Fontana, CA. 92335 Contact: Kimberly Young (909) 350-7632 kvoung(a.fonta na. org DR Horton 2280 Wardlow Circle Ste. 100 Corona, CA. 92880 Contact: Keith Alex (951) 830-5872 kalexO)drhorton.com City of Ontario 2201 Dupont Dr. #300 Irvine, CA. 92612 Contact: Kavous Emami (909) 628-6234 Irvine Community Development Company 550 Newport Center Dr. Ste. 550 B2 Newport Beach, CA. 92660 Contact: Mike Morse (949) 720-2560 City of Downey 11111 Brookshire Avenue Downey, CA. 90241 Contact: Desi Gutierrez, (562) 904-7110 doutierr andownevca.orq Railroad Canyon Widening Contract Amount: $5,062,746.00 Start Date: 1112018 End Time: 08/2019 Citrus Avenue Improvements Contract Amount: $502,730.00 Start Date: 08/2018 End Date: 10/2019 Singlton Road Contract Amount: $1,684,000.00 Start Date: 07/2018 End Date: 12/2019 Eucalyptus Street Improvements Contract Amount: $1,580,580.00 Start Date: 3/2018 End Date: 10/2019 Portola Springs PA-6 Enclave 5B Phase1, 2 Contract Amount: $2,055,055.00 Start Date: 09/2018 End Date: 12/2019 FY 18/19 Slurry Seal Project Contract Amount: $313,425.87 Start Date: 06/2019 End Date: 12/2019 2019 PAST WORK REFERENCES City of Chino PO Box 667 Chino, CA. 91708 Contact: Dustin Postovoit (909) 334-3415 aoostovoitecitvofchino. org City of Lancaster 44933 Fern Avenue Lancaster, CA. 93534 Contact: Greg Wilson (661) 570-8003 gwilson a( )citvoflancasterca.org City of Colton 650 N. La Cadena Dr. Colton, CA. 92324 Contact: Victor Ortiz (909) 370-5099 vortiz((Dcoltonca.gov City of Cathedral City 68700 Ave Lalo Guerrero Cathedral City, CA. 92234 Contact: John A. Corella (760) 770-0349 a corella0cathedralcity.gov City of San Clemente 910 Calle Negocio San Clemente, CA. 92673 Contact: Gary Voborsky (949) 361-6132 voborskvg(a)san-clemente.org Slurry Seal Maintenance Work Contract Amount: $372,805.00 Start Date: 1/2019 End Date: 12/2019 2018 Pavement Management Program Contract Amount: $2,720,103.65 Start Date: 3/2019 End Date: 12/2019 FY 18-19 Asphalt Paving Project Contract Amount: $1,377,700.00 Start Date: 3/2019 End Date: 11/2019 Ortega Road Widening Contract Amount: $459,998.00 Start Date: 2/2019 End Date: 12/2019 Arterial Street Pavement Maintenance Contract Amount: $1,187,187.00 Start Date: 3/2019 End Date: 712019 CITY OF LAKE ELSINORE CIP Project No. Z10059 DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 Contractor's License No.: #267073 Class: A. C-12 a. Date first obtained: 1-19-71 Expiration b. Has Bidder's License ever been suspended or revoked? If yes, describe when and why: N/A c. Any current claims against License or Bond? NO If yes, describe claims: N/A No Principals in Company (List all — attach additional sheets if necessary): 1-31-2024 NAME TITLE LICENSE NO. (If Applicable) Mark Luer President #267073 Edward J. Carlson Vice President Michael Farkas Secretary C-14 CITY OF LAKE ELSINORE CIP Project No. Z10059 DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 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 ® (circle one) Federal / State / Local (circle one) N/A 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® (circle one) Code/Laws: Section/Article: If "yes," identify and describe, (including agency and status): N/A 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 ED (circle one) If "yes," please explain: _ N/A C-15 CITY OF LAKE ELSINORE CIP Project No. Z10059 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 I 1� Date All American Asphalt Contractor Name C-16 Title CITY OF LAKE ELSINORE CIP Project No. Z10059 DISQUALIFICATION OR DEBARMENT DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 Has your firm, any officer of your firm, or any employee who has a proprietary interest in your firm ever been disqualified, removed, or otherwise prevented from bidding on, performing work on, or completing a federal, state or local project because of a violation of law or a safety regulation? YES / NO (circle one) If yes, provide the following information (if more than once, use separate sheets): Date: Entity: Location: Reason: N/A Provide Status and any Supplemental Statement: N/A Has your firm been reinstated by this entity? YES / NO (circle one) N/A Notes: Providing false information may result in criminal prosecution or administrative sanctions The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Signature `i/24/Zz Date Edward J. Carlson Vice President Print Name Title All American Asphalt Contractor Name If the Bidder fails to properly sign or omits the required signature, the bid will be considered non -responsive and will be rejected. C-17 CITY OF LAKE ELSINORE CIP Project No. Z10059 UTILITY AGREEMENT DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 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. Z10059, DOWNTOWN PAVEMENT REHABILITATION PROJECT, (1) (we) (it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary, primary or transmission facilities. The term "Qualified person" is defined in Title 8, California Administrative code, Section 2700, as follows: Qualified Person: A person who by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Sign6ture By: Edward J. Carlson Name Vice President Title All American Asphalt Contractor Name CITY OF LAKE ELSINORE CIP Project No. Z10059 PUBLIC CONTRACT CODE DOWNTOWN PAVEMENT REHABILITATION PROJECT CIP PROJECT NO. Z10059 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 149w 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_ Now 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. Contractor Name C-19 Title nt 4126122, 10:17 AM FedEx Ship Manager- Print Your Label(s) F. O Z D v V rn rn co N N N rn 0 .Z7 O � � rn v D j O N uC G M � N Z � U Z C w CD 5(r,Offi )F9iFE4A Aker printing this label: 1. Use the 'Print' button on this page to print your label to your laser or inkjet printer. 2. Fold the printed page along the horizontal line. 3. Place label in shipping pouch and affix it to your shipment so that the barcode portion of the label can be read and scanned. Or� wM z wm, Lam0 Dorno =gmn n A� H m 4� S m craw g(y�2 m Oyu z o '—r m n z �o� ZCOW � N 0 Warning: Use only the printed original label for shipping. Using a photocopy of this label for shipping purposes is fraudulent and could result in additional billing charges, along with the cancellation of your FedEx account number. Use of this system constitutes your agreement to the service conditions in the current FedEx Service Guide, available on fedex.00m.FedEx will not be responsible for any claim in excess of $100 per package, whether the result of loss, damage, delay, non-delivery,misdelivery,or misinformation, unless you declare a higher value, pay an additional charge, document your actual loss and file a timely claim.Limitations found in the current FedEx Service Guide apply. Your right to recover from FedEx for any loss, including intrinsic value of the package, loss of sales, income interest, profit, attorney's fees, costs, and other forms of damage whether direct, incidental.consequential, or special is limited to the greater of $100 or the authorized declared value. Recovery cannot exceed actual documented Ioss.Maximum for items of extraordinary value is $1,000, e.g. jewelry, precious metals, negotiable instruments and other items listed in our ServiceGuide. Written claims must be filed within strict time limits, see current FedEx Service Guide. https://www.fedex.com/shipping/saveForLaterUstAction.do?method=doShipReadyPendingShipment 1/2 4126122, 10:17 AM FedEx Ship Manager - Print Your Label(s) % X- Shipment Receipt Address Information Ship to: Ship from: Attn: Nicole McCalmont Aaron Freire City of Lake Elsinore All American Asphalt 130 S. Main St. 400 East Sixth Street LAKE ELSINORE, CA Corona, CA 92530 92879 US US 0000000000 9517367600 Shipment Information: Tracking no.: 776692922607 Ship date: 04/26/2022 Estimated shipping charges: 16.93 USD Package Information Pricing option: FedEx Standard Rate Service type: Priority Overnight Package type: FedEx Envelope Number of packages: 1 Total weight: 1 LBS Declared Value: 0.00 USD Special Services: Pickup/Drop-off: Use an already scheduled pickup at my location Billing Information: Bill transportation to: ALL AMERICAN ASPHALT-429 Your reference: BID BOND FOR CIP #Z 10059 P.O. no.: Invoice no.: Department no.: Thank you for shipping online with FedEx ShipManager at fedex.com. Please Note FedEx will hot be msponsible for any claim In excess of $100 per package. whether the result of loss, damage, delay. non-dervery, mansilivery, or misinformation. unless you declare a higher value, pay an additional charge, document your actual loss and file a timely claim. Limitations found In the current FedEx Service Guide apply. Your right to recover from FedEx for any less, mcludmg Intrinsic value of the package, loss of sales. income interest, profit, adomey's fees, posts. and other forms of damage whether direct, incidental. consequential, or special Is limited to the greater of E100 or the authorized declared value. Recovery cannot exceed actual documented ties. Maximum for items d extraordinary value Is $1000, e.g., jewelry, precious metals, negotiable instruments and other hems listed In our Service Guide. Written dalms must be filed wiMin strict time limits; Conauh the applicable FedEx Service Guide for details. The estimated shipping charge may be different than the actual charges for your shipment. Differences may occur based on actual weight, dimensions, and other factors. Consult the applicable FedEx Service Guide or the FedEx Rate Sheets for details on Ipw, Shipp ha charges are calculated. https:llw .fedex.mm/shippinglsaveForLaterListAction.do?method=doShipReadyPendingShipment 2/2