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