Loading...
HomeMy WebLinkAbout_NPG_-_Annual_Contract (1) Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 Agreement No. AGREEMENT FOR PUBLIC WORKS CONSTRUCTION NPG, Inc. For the Annual Citywide Asphalt Maintenance and Repair CIP PROJECT NO. Z10002 This Agreement for Public Works Construction ("Agreement") is made and entered into as of 6/25/24 by and between the City of Lake Elsinore, a municipal corporation ("City") and NPG, Inc. ("Contractor"). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1. The Protect and Project Documents. Contractor agrees to construct the following public improvements ("work") identified as: Annual Citywide Asphalt Maintenance and Repair(the"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. Compensation to be paid to Contractor shall be in accordance with the fees set forth in Contractor's Proposal (Exhibit A), which is attached hereto and incorporated herein by reference. In no event shall Contractor's annual compensation exceed Two Million Dollars and Zero Cents. (2,000,000.00) without additional written authorization from the City. Notwithstanding any provision of Contractor's Proposal to the contrary, out of pocket expenses set forth in Exhibit A shall be reimbursed at cost without an inflator or administrative charge. Payment by City under this Agreement shall not be deemed a waiver of defects, even if such defects were known to the City at the time of payment. 1 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 3. Time of Performance. a. Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the contractor services to be performed by Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently the contractor services contemplated pursuant to this Agreement according to the agreed upon performance schedule in Contractor's Proposal (Exhibit A). b. Performance Schedule. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the Contractor's Proposal (Exhibit A). When requested by Contractor, extensions to the time period(s) specified may be approved in writing by the City Manager. C. Term and Compliance with Task/Work Order System. Unless earlier terminated as provided elsewhere in this Agreement, this Agreement shall continue in full force and effect for a period commencing on July 1, 2024 and ending June 30, 2025. The City may, at its sole discretion, extend the term of this Agreement on a 12-month basis not to exceed 2 additional twelve (12) month renewal terms by giving written notice thereof to Contractor not less than thirty (30)days before the end of the contract term, such notice to be exercised by the City Manager. Contractor hereby agrees and acknowledges that any and all work or services performed pursuant to this Agreement shall be based upon the issuance of a Task/Work Order by the City. Contractor acknowledges that it is not guaranteed any minimum or specific amount of work or services as all work or services shall be authorized through a Task/Work Order issued by the City. 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 2 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 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 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 3 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 ($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. 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. 4 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 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 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: NPG, Inc. Attn: Jeff Nelson 1354 Jet Way Perris, CA 92571 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. 5 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 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. 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. 6 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 22. Prevailing Wages. a. Contractor and all subcontractors shall adhere to the general prevailing rate of per diem wages as determined and as published by the State Director of the Department of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore and are available for review upon request. 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] 7 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. "CITY" "CONTRACTOR" CITY OF LAKE ELSINORE, a municipal NPG, Inc., a Corporation corporation DocuSigned by: ,�asel�t, �iw�psew DocuSigned by: JEFF NELSON City Manager FP By: Jeff Nelson Its: President ATTEST: L igned by: City Clerk APPROVED AS TO FORM: F DocuSigned by: ®®,-t,® Y,460& City Attorney DocuSigned by: S�t cUn�n bin, (" Assistant City Manager 8 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 EXHIBIT A CONTRACTOR'S PROPOSAL [ATTACHED] Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 EXHIBIT B LIST OF SUBCONTRACTORS [ATTACHED] Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 CITY OF LAKE ELSINORE CIP Project No. Z10002 BIDDER'S PROPOSAL CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM &ON- CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO.Z10002 Company: NPG, Inc. Honorable Mayor, Members of the Council: In accordance with the Notice Inviting Bids pertaining to the receiving of electronic 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: BID SCHEDULE REMOVE AND REPLACE ASPHALT CONCRETE UP TO 4" MAX: (CLASS II AGGREGATE BASE NOT INCLUDED) ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 1 R&R 1 -1,000 Sq. Ft. 7.75 Per Sq.Ft. 2 R&R 1,001 -5,000 Sq. Ft. 5.25 Per Sq.Ft. 3 R&R 5,001 -10,000 Sq. Ft. 4.90 Per Sq.Ft. R&R 10,001 + Sq. Ft. 4.75 Per Sq.Ft. REMOVE AND REPLACE ASPHALT CONCRETE >4" UP TO 8" MAX: (CLASS II AGGREGATE BASE NOT INCLUDED) ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 5 R&R 1 -1,000 Sq. Ft. 10.50 Per Sq.Ft. R&R 1,001 -5,000 Sq. Ft. 9.50 Per Sq.Ft. 7 R&R 5,001 -10,060 Sq. Ft. 7.70 Per Sq.Ft. 8 R&R 10,001 + Sq. Ft 7.25 Per Sq.Ft. INSTALL 6" CLASS II AGGREGARE BASE COST INCLUDES ROADWAY EXCAVATION): ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 9 R&R 1 -1,000 Sq. Ft. 6.00 Per Sq.Ft. 10 R&R 1,001 -5,000 Sq. Ft. 4.80 Per Sq.Ft. 11 R&R 5,001 -10,000 Sq. Ft. 4.50 Per Sq.Ft. 12 R&R 10,001 + Sq. Ft. 4.20 Per Sq.Ft. C-8 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 SEAL COAT ONE COAT): ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 13 1 -1,000 Sq. Ft. 0.35 Per Sq.Ft. 14 1,001 -5,000 Sq.Ft. 0.30 Per Sq.Ft. 15 51001 -10,000 Sq. Ft. 0.30 Per Sq.Ft. 16 10,001—20,000 1 Sq. Ft. 0.20 Per Sq.Ft. SEAL COAT TWO COATS): ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 17 1 - 1,000 Sq. Ft. 0.38 Per Sq.Ft. 18 1,001 -5,000 Sq. Ft. 0.35 Per Sq.Ft. 19 5,001 -10,000 Sq. Ft. 0.32 Per Sq.Ft. 20 10,001 —20,000 Sq. Ft. 0.22 Per Sq.Ft. * Furnish and place one or two coats of seal coat material. Using GoldStar product https://goldstarasphalt.com/seal-coat--goldcoat-hp-310/or equivalent products will apply. C-9 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 CITY OF LAKE ELSINORE CIP Project No. Z10002 SECTION C CONTINUED EXTRA WORK 21 - 102 A -- X AA - FF Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 EXTRA WORK-TWO INCH TAPER EDGE GRIND 5 TO 6 FEET WIDE ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 21 1 -1,000 Ln.Ft. 9.50 Per Ln.Ft 2 1,001 -5,000 Ln.Ft. 3.75 Per Ln.Ft 23 5,001 -10,000 Ln.Ft. 3.50 Per Ln.Ft 4 10,000—20,000 Ln.Ft. 3.25 Per Ln.Ft TRA WORK-TWO INCH ASPHALTIC CONCRETE GRIND AND PAVE ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 25 1 -1,000 Sq.Ft 7.50 Per Sq.Ft 6 1,001 -5,000 Sq.Ft 4.15 Per Sq.Ft 27 5.001 -10,000 Sq.Ft. 4.05 Per Sq.Ft $ 10,000—20,000 Sq.Ft 3.70 Per Sq.Ft EXTRA WORK-TWO INCH ASPHALTIC CONCRETE OVERLAY ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 29 1 -1,000 Sq.Ft 6.35 Per Sq.Ft 30 1,001 -5,000 Sq.Ft 3.10 Per Sq.Ft 31 5,001 -10,000 Sq.Ft 3.10 Per Sq.Ft 32 10,000—20,000 Sq.Ft 2.90 Per Sq.Ft. EXTRA WORK-INSTALL TYPE 6"ASPHALT BERM: ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 33 1 -1,000 Ln.Ft. 13.00 Per Ln.Ft 34 1,001 -5,000 Ln.Ft. 12.00 Per Ln.Ft 35 5,001 -10,000 Ln.Ft. 11.00 Per Ln.Ft 36 10,001 -20,000 Ln.Ft. 10.50 Per Ln.Ft. C-10 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 EXTRA WORK-INSTALL TYPE 8"ASPHALT BERM: ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 37 1 -1,000 Ln.Ft. 15.00 Per Ln.Ft 38 1,001 -5,000 Ln.Ft. 14.00 Per Ln.Ft 39 5,001 -10,000 Ln.Ft. 13.50 Per Ln.Ft 0 10,001 -20,000 Ln.Ft. 13.25 Per Ln.Ft -INSTALL ASPHALT SKIN PATCH (VARIOUS LOCATIONS AS NEEDED, AVERAGE 1"TO 2"THICKNESS): ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 1 1 -1,000 Sq.Ft 4.00 Per Sq.Ft 2 1,001 -5,000 Sq.Ft 3.50 Per Sq.Ft 3 5,001 -10,000 Sq.Ft 3.25 Per Sq.Ft 4 10,001 -20,000 Sq.Ft. 3.00 Per Sq.Ft -INSTALL GRUB/ROUGH GRADE GRASS/DIRT AREA (INCLUDING REMOVAL &DISPOSAL OF GRASS & DEBRIS): ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 5 1 -1,000 Sq.Ft 2.25 Per Sq.Ft 6 1,001 -5,000 Sq.Ft 2.00 Per Sq.Ft 7 5,001 -10,000 Sq.Ft 1.90 Per Sq.Ft 8 10,001 -20,000 Sq.Ft 1.90 Per Sq.Ft EXTRA WORK-INSTALL REDWOOD HEADERS: ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 9 2"x4"Stake 3 ft.center with 2x2 stakes Ln.R. 20.00 Per Ln.Ft. 50 2"x6"Stake 3 ft.center with 2x2 stakes Ln.Ft. 25.00 Per Ln.R. EXTRA WORK-ADJUST WATER/GAS VALVE TO GRADE: ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 51 Adjust Water and Gas Valve to grade Each 175.00 [Each C-11 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 EXTRA WORK-ADJUST SEWER MANHOLE TO GRADE: ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 2 Adjust Sewer Manhole to Grade Each 1,800.00 Each EXTRA WORK-CRACK SEALING (HOT RUBBER): TEM NO. CODE DESCRIPTION OF ITEMS NIT COST(FIGURES) 3 1 -1,000 Ln.Ft. 1.50 Per Ln.R. 1,001 -5,000 Ln.Ft. 1.50 Per Ln.Ft 5 5,001 -10,000 Ln.Ft. 1.35 Per Ln.Ft 6 10,001 -20,000 Ln.Ft. 1.35 Per Ln.Ft EXTRA WORK-TYPE II ROAD SLURRY: ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 57 1 -1,000 Sq.R. 5.00 Per Sq.Ft 58 1,001 -5,000 Sq.Ft 4.10 Per Sq.Ft 9 5,001 -10,000 Sq.Ft 1.50 Per Sq.Ft 0 10,001 -20,000 Sq.Ft 1.25 Per Sq.Ft EXTRA WORK-STRIPING: TEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 1 Single Fog Line Ln.R. 1.00 Per Ln.ft 1.00 2 kip Line n.Ft er Ln.ft 3 ouble Line Ln.Ft. 1.00 er Ln.ft 4 urb Painting (All Colors) Ln.R. 1.50 Per Ln.ft 5 [Ft.Stop with Restraining Bars Each Each 160.00 6 irectional Arrows Each Each 25.00 7 1L ane Delineators Epoxy Each 30.00 Each C-12 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 EXTRA Wr -SIGNS: ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 8 Stops Signs Each 350.00 Each 9 Yield Signs Each Each 350.00 EXTRA WOR -INSTALLATION OF SCHEDULE 40 PVC 3" DRAINPIPE, PER LN. FT. ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 70 In Dirt Ln.Ft. 3.50 Per Ln.Ft. 1 In Asphalt Ln.Ft. 3.50 Per Ln.R. 2 In Concrete Ln.Ft. 3.50 Per Ln.Ft. -INSTALLATION OF 1" CONCRETE WITH 4" REBAR SPACED AT 18"x18", EXISTING CONCRETE TO BE PINNED WITH REBAR TO NEW CONCRETE AT 18" INTERVALS, AND SAW CUT CONTROL JOINTS MINIMUM 100 SQ. FT. SECTIONS PER SQ. FT. ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 73 1 -1,000 Sq.Ft 3.25 Per Sq.Ft 4 1,001 -5,000 Sq.Ft 3.25 Per Sq.Ft 5 5,001 -10,000 Sq.Ft 2.95 Per Sq.Ft 76 10,001 -20,000 Sq.Ft 2.95 Per Sq.Ft EXTRA WORK-INSTALLATION OF 4" CONCRETE WITH 4" REBAR SPACED AT 18"x18", EXISTING CONCRETE TO BE PINNED WITH REBAR TO NEW CONCRETE AT 18" INTERVALS, AND SAW CUT CONTROL JOINTS MINIMUM 100 SQ. FT. SECTIONS PER SQ. FT. ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 7 1 -1,000 Sq.Ft 9.50 Per Sq.Ft 78 1,001 -5,000 Sq.Ft 9.00 Per Sq.Ft 79 5,001 -10,000 Sq.Ft 8.75 Per Sq.Ft 80 10,001 -20,000 Sq.Ft 8.50 Per Sq.Ft C-13 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 EXTRA WORK-INSTALLATION OF 6" CONCRETE WITH 4" REBAR SPACED AT 18"x18", EXISTING CONCRETE TO BE PINNED WITH REBAR TO NEW CONCRETE AT 18" INTERVALS, AND SAW CUT CONTROL JOINTS MINIMUM 100 SQ. FT. SECTIONS PER SO. FT. ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 1 1 —1,000 Sq.Ft 11.50 Per Sq.Ft 2 1,001 —5,000 Sq.Ft. 11.00 Per Sq.Ft 83 5,001—10,000 Sq.Ft 10.75 Per Sq.Ft 4 10,001 —20,000 Sq.Ft 10.50 Per Sq.Ft EXTRA WORK -REMOVALS & REPLACEMENT OF CONCRETE ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 5 Installation of 6"Concrete Curb Ln.Ft. 65.00 Per Ln.Ft. 86 Installation of Concrete Curb&Gutter Ln.Ft. Per Ln.Ft. (6"xl8") 110.00 7 Installation of 3'x6"Concrete Flowline in Ln.Ft. Per Ln.Ft. sphalt(saw cut&demo existing) 30.00 8 Installation of 24"x24"xl2"Concrete Each Each Drain Box with Traffic Grate in Asphalt 7,500.00 r Concrete 89 Clean,Cracks,weed killer,&place Ln.Ft. 15.00 Per Ln.Ft. crack fill up to 1"wide 0 Installation of Handicap Ramp Extension Each 1,500.00 Each EXTRA WORK-MATERIALS: ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 1 Asphalt 3/8"to 3/8"Fine Ton Per Ton 150.00 2 Asphalt 1/2'to 1/2"Fine Ton 150.00 Per Ton 3 sphalt 3/4"to 3/4"Fine IT on er Ton 150.00 (All asphalt shall be PG64-10 or PG70-10. Final decision will be made by City Representative) 4 Concrete Delivery and 1 325.00 Per Yard (Concrete shall be 3250 PSI City mix per yard and prices shall include night,weekend,and holiday work) 5 Class II A.B. Ton 35.00 Per Ton 6 Recycled A.B. Ton 30.00 Per Ton. C-14 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 EXTRA WORD -MINIMUM MOVES ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) 97 Asphalt L.S. Per Move 4,500.00 8 Concrete L.S. Per Move 4,500.00 8 Crack Seal L.S. Per Move 2,500.00 100 Slurry Seal L.S. Per Move 2,000.00 101 Type II Road Slurry L.S. Per Move 5,000.00 102 Striping L.S. Per Move 1,500.00 These minimums will be considered when Bid items and the unit pricing is below the costs due to smaller areas. C-15 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 EXTRA WORK- EQUIPMENT RENTALS (24-HOUR SERVICES) ITEM NO. CODE DESCRIPTION OF ITEMS UNIT COST(FIGURES) Backhoe with Breaker&All Attachments HR 375.00 Per Hour B Super Ten Dump Truck with Drop Axel HR 150.00 Per Hour 3-5 Tons Roller HR 50.00 Per Hour D 5-8 Tons Roller HR 50.00 Per Hour E 8-10 Tons Roller HR 50.00 Per Hour F 10-12 Tons Roller HR 50.00 Per Hour G Wheel Drive Skip Loader HR 50.00 Per Hour H Skid Steer with Grinder,Broom Bucket HR Per Hour &Hammer 225.00 Water Truck HR 75.00 Per Hour -16'Paver Rubber Track HR 250.00 Per Hour K 10'x20'Rubber Tires HR 250.00 Per Hour 'Milling Machine HR 250.00 Per Hour M 5'Milling Machine HR 300.00 Per Hour Hydro Vac—Ditch Witch 500 Gallon with HR Per Hour ash system 250.00 Lowbed Services HR 150.00 Per Hour P Kick Broom HR 50.00 Per Hour 125 Melter HR 45.00 Per Hour R 250 Melter HR 45.00 Per Hour 50 Gallon Mastic Machine HR 55.00 Per Hour Arrow Board HR Per Hour 30.00 Traffic Control Full Day HR Per Hour 300.00 Traffic Control Half Day HR Per Hour 300.00 Crew Truck HR Per Hour 40.00 Striping Truck HR Per Hour 50.00 Items A thru X will be paid based on 4-Hour minimum C-16 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 EXTRA WORK- EQUIPMENT RENTALS 124-HOUR SERVICES)—Cont ITEM NO. CODE DESCRIPTION OF ITEMS REGULAR RATE OVERTIME RATE DOUBLE TIME RATE AA Foreman with Truck 155.00 Per hour 232.50 Per hour 310.00 Per hour B General Laborer 110.00 Per hour 165.00 per hour 220.00 Per hour C eneral Operator 120.00 Per hour 180.00 per hour 240.00 Per hour D General Cement Mason 120.00 per hour 180.00 Per hour 240.00 per hour EE General Slurry Laborer 110.00 Per hour 165.00 Per hour 220.00 Per hour FF General Striper 110.00 Per hour 165.00 Per hour 220.00 Per hour Contractors Response Time: 2 Hours C-17 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 CITY OF LAKE ELSINORE TOTAL BID PRICE: CIP Project No. Z10002 TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES Base Bid (Excludes extra work): $79.52 $ Grand Total (Includes extra work): $37,542 87 Total Bid Price in Numbers Base Bid (Excludes extra work): Seventy nine dollars & 52/100 $ Grand Total (Includes extra work): Thirty seven thousand,five hundred forty two dollars&87/100 Total Bid Price in Written Form In case of discrepancy between the written price and the numerical price, the written price shall prevail. Note: Estimated quantities are for the purpose of Bid comparison only; payments will be made on the basis of actual measurement of Work completed, except for lump sum (LS) and final pay (F) quantities. (S) denotes a specialty item. The Bid Price shall include, but not be limited to, sales tax and all other applicable taxes and fees. All work described on the plans and in the specifications and other incidentals necessary to complete the project shall be paid under items above. No additional payments will be allowed. *BID MAY REJECTED IF TOTAL IS NOT SHOWN Fog BOTH FIGURES AND WORDS C-18 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 0111JUtK'S F'KUPUSAL BID NO. Z10002 CITY OF LAKE ELSINORE CIP Project No. Z10002 *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. NPG, Inc. Contractor Date: 5/31/24 By: __14 -- Contractor's State License No.: 664779 Jeffrey Nelson, President Class: A, B, C-12 Department of Industrial Relations Registration No: 1000002457 Registration Date: 11/4/2014 Expiration Date: 6/30/2025 Address: PO Box 1515, Perris, CA 92572 1354 Jet Way, Perris, CA 92571 Phone: 951-940-0200 FAX: 951-940-9192 Email: cstone@npgasphalt.com C-19 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 E3IUUCM J F'KUF'U5AL BID NO. Z10002 CITY OF LAKE ELSINORE CIP Project No. Z10002 NON-COLLUSION AFFIDAVIT CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM & ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO. Z10002 STATE OF CALIFORNIA ) Riverside ) SS COUNTY OF ) (NAME) Jeffrey Nelson affiant being first duly sworn, deposes and says: That he or she is President of (sole owner, partner or other proper title) NPG, Inc. 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: 1354 Jet Way, Perris, CA 92571 Telephone No.: 951-940-0200 Print Name. Jeff y Nelson Signature- Title: Preside t Date: 5/31/24 SIGNING INSTRUCTIONS TO THE CONTRA TC.Q$ Non-Collusion Affidavit must be accompanied by notary certificates for signature. Note the description of the document on the notary certificate. Attach notary certificate C-20 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 aiuutrc J rKUF'USAL BID NO. Z10002 imm diately following this oaggilf the Bidder fails to properly sign or omits the required signature,the bid will be considered non-responsive and will be rejected. C-21 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the STATE OF California individual who signed the document to which this )SS certificate is attached, and not the truthfulness, COUNTY OF Riverside ) accuracy, or validity of that document. On 5131/24 before me, Carol Marie Stone Notary Public, personally appeared Jeffrey Nelson who proved to me on the basis of satisfactory evidence to be the personN whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/sheA4ey executed the same in his/4eR4heiF authorized ca acit b his/4-ienkheiF si natur P Y4�and that Y g e(s3 on the instrument the person{s), or the entity upon behalf of which the persons)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. CAROL MARIE STONE Notary Public-California Riverside 0 Commission ri 2488083 Signature My Comm.Expires May 22,2028 Carol Marie Stone* Notary Public This area for official notarial seal. OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below,doing so may prove invaluable to pers relying on the documents. ❑ INDIVIDUAL ❑ CORPORATE OFFICER(S) TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ G AL ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER Manager SIGNER IS REPR- TING: ame of Person or Entity Name of Person or Entity OPTIONAL SECTION Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED BELOW TITLE OR TYPE OF DOCUMENT: City of Lake Elsinore,Citywide Annual Asphalt Maintenance(Non Collusion) NUMBER OF PAGES N/A DATE OF DOCUMENT N/A SIGNER(S) OTHER THAN NAMED ABOVE N/A Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 ti s BIDDER'S PROPOSAL BID NO.ZJ 2, CITY OF LAKE ELSINORE CIP Project No. Z10002 BOND NO. N/A Premium: Nil BIDDER'S BOND CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO. Z10002 KNOW ALL MEN OR WOMEN BY THESE PRESENTS: That we NPG, Inc. as PRINCIPAL, hereinafter referred to as "Contractor", and The Ohio Casualty Insurance Company a duly authorized corporate as"Surety," are held and firmly bound unto the City of Lake Elsinore in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Contractor above named, submitted by said Contractor to the City of Lake Elsinore for the work for said project entitled above, for the payment of which sum in lawful money of the United States, well and truly to be made,to the City of Lake Elsinore to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors,jointly and severally,firmly by these presents. In no case shall the liability of the surety hereunder exceed the amount of ten percent of amount bid. THE CONDITION OF THIS OBLIGATION IS SUCH: That whereas the Contractor has submitted the above-mentioned Bid to the City of Lake Elsinore as aforesaid for the work for said project entitled above. NOW, THEREFORE, if the aforesaid Contractor is awarded the Contract and, within the time and manner required under the Contract documents, after the prescribed forms are presented to him or her for signature, enters into a written Agreement in the prescribed form and in accordance with the Contract documents, and files two bonds with the City of Lake Elsinore, one to guarantee faithful performance and the other to guarantee payment for labor and materials, in accordance with said Contract documents, and as required by law, and files the required insurance certificate(s) in accordance with said Contract documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and effect until execution of the Agreement or forfeiture pursuant to the Provisions of Sections 20172 and 20174 of the Public Contract Code. In the event suit is brought upon this bond by the City and judgment is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixed by the court. (SIGNATURE PAGE FOLLOWS) C-22 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. _Zl G�b2 CITY OF LAKE ELSINORE CIP Project No. Z10002 BIDDER'S BOND SIGNATURE PAGE CITYWIDE ANNUAL ASPHALT MAINTENANCE &REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO. Z10002 IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 29th day of May 2019 2024 BIDDER: CORPORATE SURETY: Contractor Name: NPG, Inc. Company Name: The Ohio Casualty Insurance Company Address: 1354 Jet Way Address: P.O. Box 34526 Perris, CA 92572 Seattle, WA 98124 Telephone No.: (951) 940-0200 Telephone No.: (206) 473-6210 Print Name: �� Print Name: Spencer Flake Title: Title: Attorney-In-Fact Signature: Signature: Date: ? Date: May 29, 2024 NOTARY DOCUMENT SIGNING INSTRUCTIONS TO THE CONTRACTOR Bidder's Bond must be accompanied by notary certificates for EACH signature. Note the description of the document on the notary certificate. Attach BOTH notary certificates immediately following this page. Corporate Seal may be affixed hereto. The attorney-in-fact for corporate surety must be registered, as such, in at least one county in the State of California. Attach one original Power of Attorney immediately following the notary certificates. If the Bidderfails to properly sign or omits the required signatures,the bid will be considered non-responsive and will be rejected. C-23 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this STATE OF California )SS certificate is attached, and not the truthfulness, COUNTY OF Riverside ) accuracy, or validity of that document. On 5/31124 before me, Carol Marie Stone , Notary Public, personally appeared Jeffrey Nelson who proved to me on the basis of satisfactory evidence to be the personal whose names}is/afe subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/hen4he#authorized capacity0e4, and that by his/"kir signature(63 on the instrument the person(s), or the entity upon behalf of which the persons)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ""`,y CAROL MARIE STONE ` ` - Notary Public-California z z z Riverside County a 0`'"'°`"�� Commission#2488083 Signature My Comm.Expires May 22,2028 Carol Marie St e * Notary Public This area for official notarial seal. OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below,doing so may prove invaluable to pers _ relying on the documents. ❑ INDIVIDUAL ❑ CORPORATE OFFICER(S) TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ G L ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER Manager SIGNER IS REPR TING: an a of Person or Entity Name of Person or Entity OPTIONAL SECTION Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED BELOW TITLE OR TYPE OF DOCUMENT: City of Lake Elsinore,Citywide Annual Asphalt Maintenance (Bid Bond) NUMBER OF PAGES N/A DATE OF DOCUMENT N/A SIGNERS) OTHER THAN NAMED ABOVE N/A Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 E`,c^t.c(`�:ci-tScE+.2=etrc�.ec,c.,cY"4•,crcM;cA.2�c.�rcr3cncK`.i-r,-tTF1`,Z-zLr-rs-�.cttt-�,ct.ci.ct,E-�'§i-�st.c-t.ct.t=t,ct.c-<.ci.rt�- - ,- -- - ,c A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) On May 29, 2024 before me, Heather Willis, Notary Public Date Here Insert Name and Title of the Officer personally appeared Spencer Flake Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. -: HEATHER WILLIS WITNESS hand and official seal. COMM.#2334057 U) Y m g " NOTARY PUBLIC.CALIFORNIA U) ORANGE COUNTY �� /) MY COMM,EXPIRES SEPTEMBER 25,2024 Signature 4rf.7� tIL 4h& Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _ Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑General ❑ Partner — ❑Limited ❑General ❑Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02014 National Notary Association -www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company 10�Mutual, The Ohio Casualty Insurance Company Certificate No: 8205649-971919 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Charles L- Flake,David L.Culbertson,Heather Willis,Lexie Sherwood,Spencer Flake all of the city of Anaheim state of CA each individually if there be more than one named,its true and lawful attomey-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 25th day of May 2021 Liberty Mutual Insurance Company P4 SNSU- �SY INS t,NSU,a The Ohio Casualty Insurance Company �J 4°NP G,4 Q. y(1 !i}�G°RPO�7r�y 6P ONP OR4r11 an f = Ram �Q r Ro m r° Re, P Y 1912 Q 1919 n 2 1991 0 �` 1 a, O 6 O CU (D a)= O Md U By.David M.Carey,Assistant Secretary a� M State of PENNSYLVANIA o w :County of MONTGOMERY ss =o E L) 0 On this 25th day of May 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance m Fa Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes `— therein contained by signing on behalf of the corporations by himself as a duly authorized officer. CD 3 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. Q rn O o �� 04a 0-0 r y 3140, Commonwealth of Pennsylvania-Notary Seal = d �4j 4{a q Teresa Pastella,Notary Public ca OF = Montgomery County L a) My commission expires March 28,2025 t.L(a�G' Commission number 1126044 By. N la SY0 Member.Pennsylvania Association of Notaries Teresa Pastella,Notary Public Q p qy ov This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual °No Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o t:1l d� Cl)ARTICLE IV-OFFICERS:Section 12.Power of Attorney. , Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the o O President may prescribe,shall appoint such allorne s In fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety � c YP PP � Y- - Y ry P any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall-a Its o = have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such cc a) Z L) instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the f m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. to a ARTICLE All-Execution of Contracts:Section 5.Surety Bonds and Undertakings. CL Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 29th day of May 2024 P�1NSUR4 p�SV INS& d%HSU& j=°p0.POR4rayOlc+ Q 20°�o�r0�y U oR4r yC� a C� 3 Ro X c� m � 4 1912 w o O :1919 o Q 1991 0 Yds���c*u5 a =o�y ygmp5�aa rs� vOIANPNda By: Renee C.Llewellyn,Assistant Secretary 1 # h M * T- LMS-12873 LMIC OCIC WAIC Multi Co 02121 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 t5lUUtK"Zj rKUFUSAL BID NO. Z10002 CITY OF LAKE ELSINORE CIP Project No. Z10002 1-121 OF SUBCONTRACTORS CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO. Z10002 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: All American Asphalt DIR: 1000001051 License Number: 267073 Address of Office, Mill or Shop: 400 E. Sixth Street, Corona, CA 92879 _ Specific Description of Sub-Contract: and Bid Items of Work: Type 2 Road Slurry Name Under Which Subcontractor is Licensed: License Number: Address of Office, Mill or Shop: Specific Description of Sub-Contract: and Bid Items of Work Name Under Which Subcontractor is Licensed: License Number: Address of Office, Mill or Shop: Specific Description of Sub-Contract: and Bid Items of Work: Name Under Which Subcontractor is Licensed: License Number: Address of Office, Mill or Shop: Specific Description of Sub-Contract: and Bid Items of Work: Subcontractors listed in accordance with the provisions of Section 2-3 must be properly licensed under the laws of the State of California for the type of work that they are to perform. Do not list alternate subcontractors for the same work. C-24 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 b1UUtK"5 F'KOPOSAL BID NO. Z10002 CITY OF LAKE ELSINORE CIP Project No. Z10002 REFERENCES CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO.Z10002 Failure to demonstrate adequate experience may result in rejection of the bid. For all public agency projects with a similar scope of work which you have worked on (or are currently working on) in the past two(2)years, provide the following required information: 1. Name (Firm/Agency) Rancho California Water District Address PO Box 9017, Temecula, CA 92589 Project Title 2023 On Call Work Project Location Various Locations Type of Work Concrete, asphalt, seal & stripe Project Manager Contact Jeff Dixon Phone 909-322-8549 Dated Completed 12/2023 Contract Amount $1,350,063 2. Name (Firm/Agency) City of La Puente Address 15900 East Main Street, La Puente, CA 91744 Project Title Community Parking Lot Project Location La Puente, CA Type of Work Concrete, asphalt, seal & stripe Project Manager Contact John DiMario Phone626-855-1503 Dated Completed 06/2023 Contract Amount $260,936.00 3. Name (Firm/Agency) City of Lake Elsinore Address 130 South Main Street, Lake Elsinore, CA 92530 Project Title On Call Work FY 2022 Project Location Lake Elsinore, CA Type of Work Concrete, asphalt, seal & stripe Project Manager Contact Daniel Saavedra Phone 951-674-5170 Dated Completed 6/2022 Contract Amount $1,431,379 C-25 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 t51UULH'b HIROPOSAL BID NO. Z10002 CITY OF LAKE ELSINORE CIP Project No. Z10002 List any other projects(private, older than three (3)years, etc.)that may represent qualifying or similar experience: 4. Name (Firm/Agency) City of Menifee Address 39844 Haun Road, Menifee, CA 92586 Project Title Road and Parking Lot Resurfacing Project Location Menifee, CA Type of Work Asphalt & striping Project Manager Contact Chris Gherki Phone 951-723-3721 Dated Completed 9/2023 Contract Amount $144,241 5. Name (Firm/Agency) City of Perris Address 1015 S. G Street, Perris, CA 92570 Project Title Various Locations Citywide Project Location Perris, CA Type of Work Asphalt & striping Project Manager Contact Lizette Hernandez Phone 951-442-2071 Dated Completed 05/2023 Contract Amount $118,698 6. Name (Firm/Agency) City of Temecula Address 41000 Main Street, Temecula, CA 92590 Project Title 2022 On Call Asphalt Work Project Location Temecula, CA Type of Work Concrete, asphalt, seal & stripe Project Manager Contact Stacey Biddle Phone 951-491-5531 Dated Completed 12/2022 Contract Amount $905,184 C-26 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 t51UUtK'S F'KUPOSAL BID NO. Z10002 CITY OF LAKE ELSINORE CIP Project No. Z10002 CONTRACTOR INFORMATION CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO. Z10002 Contractor's License No.: 664779 Class: A, B, C-12 a. Date first obtained: 2-17-93 Expiration 2-28-25 b. Has Bidder's License ever been suspended or revoked? No If yes, describe when and why: N/A c. Any current claims against License or Bond? No If yes, describe claims: N/A Principals in Company (List all—attach additional sheets if necessary): NAME TITLE LICENSE NO. (If Applicable) Jeffrey Nelson President 664779 Sharon Nelson Secretary 664779 C-27 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 CITY OF LAKE ELSINORE CIP Project No. Z10002 VIOLATIONS OF FEDERAL.STATE OR LOCAL LAWS CITYWIDE ANNUAL ASPHALT MAINTENANCE &REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO. Z10002 1. Has your firm or its officers been assessed any penalties by an agency for noncompliance or violations of Federal, State or Local labor laws and/or business or licensing regulations within the past five (5)years relating to your construction projects? YES(Z) (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) 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 NO (circle one) Code/Laws: N/A Section/Article: N/A If"yes," identify and describe, (including agency and status): N/A 3. Has Bidder been "default terminated" by an owner(other than for convenience), or has 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 (circle one) If"yes," please explain: N/A C-28 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 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. 5/31/24 Sift r Date _Jeffrey Nelson President Print Name Title NPG, Inc. Contractor Name C-29 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. Z10002 CITY OF LAKE ELSINORE CIP Project No. Z10002 DISQUALIFICATION OR DEBARMENT CITYWIDE ANNUAL ASPHALT MAINTENANCE 8t REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO. Z10002 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: N/A Entity: N/A Location: N/A 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. 5/31/24 Si5 t Date Jeffrey Nelson President Print Name Title NPG, Inc. Contractor Name C-30 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. z10002 If the Bidder fails to properly sign or omits the required signature,the bid will be considered non-responsive and will be rejected. UTILITY AGREEMENT CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO.Z10002 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. Z10002, CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM & ON-CALL EMERGENCY CONSTRUCTION SERVICES (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. S nature By: JeArey Nelson Name President Title NPG, Inc. Contractor Name C-31 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. 71�? PUBLIC CONTRACT CODE CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO.Z10002 Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, State. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has X , has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after"has"or"has not"in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder,any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation: Yes No X If the answer is yes, explain the circumstances in the following space. Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232,the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediate preceding two-year period because of the 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 th making a false certification may subject the certifier to criminal prosecution. ' 5/31/24 Si Vrey Date Nelson President Print Name Title NPG, Inc. Contractor Name C-32 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 N Ln N 0QQ1 (.J vi �L L H d a L L Q 00 X C 0 c� m CO 0 G d L .A Y I a N o 0 o ur co 0 Xo U w \ L o iD O ++ m 2 m H J tko L a p i N o V +. Q m N i � .O m L. 41 n Q A/ L N -0 N 7 it Z N O O O tip O 4� ri ,A CLO GJ (D C m U Z Z C W Z m 00 GJ J Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 JR CONTRACTORS STATE LICENSE BOARI QContractor's License Detail for License # 664779 DISCLAIMER:A license status check provides information taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. ► CSLB complaint disclosure is restricted bylaw(BSP 7124.6)Ifthis entity is Subjectto public complaint disclosure click on link that will appear below for more information.Click here for a definition of disclosable actions. ► Onlyconstmction related civil judgments reported to CSLB are disclosed lB&P 707L17i. ► Arbitrations are not listed unless the contractor fails to comply with the terms. ► Due to workload,there may be relevant information that has not yet been entered into the board's license database. Data current as of 6/1/202411:37:57 AM Business Information NPG INC P 0 BOX 1515 PERRIS,CA 92572 Business Phone Number:(951)940-0200 Entity Corporation Issue Date 02/17/1993 Expire Date 02/28/2025 License Status This Bcense is carrarrt and active. All information below should be reviewed. Classifications ► C12-EARTHWORK AND PAVING ► B.GENERAL BUILDING ► A-GENERAL ENGINEERING Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS I NDEM f:ITY COMPANY. Bond Number:151812 Bond Amount:M,000 Effective Data:01/01/2023 Contractor's Bond History Bond of Qualifying Individual The qualifying Individual JEFFREY SCOT T NELSON certified that he/she owns 10 percent or more of the voting stocklmembership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date:08/19/1997 BQI's Bond History Workers'Compensation This license has workers compensation insurance with the TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA Policy Number:UB5X1210202426G Effective Date:01/01/2024 Expire Date:01/01/2025 Workers'Compensation History Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 of ► Personnel listed on this license(current or disassociated)are listed on other licenses. to Too Privacy PolicV Accessibility Accessibility Certification Copyright©2024 State of California Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 e s BIDDER'S PROPOSAL BID NO.7 J CITY OF LAKE ELSINORE CIP Project No. Z10002 BOND NO. N/A Premium: Nil BIDDER'S BOND CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO. Z10002 KNOW ALL MEN OR WOMEN BY THESE PRESENTS: That we NPG, Inc. as PRINCIPAL, hereinafter referred to as "Contractor", and The Ohio Casualty Insurance Company a duly authorized corporate as "Surety," are held and firmly bound unto the City of Lake Elsinore in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Contractor above named, submitted by said Contractor to the City of Lake Elsinore for the work for said project entitled above, for the payment of which sum in lawful money of the United States, well and truly to be made, to the City of Lake Elsinore to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors,jointly and severally,firmly by these presents. In no case shall the liability of the surety hereunder exceed the amount of ten percent of amount bid. THE CONDITION OF THIS OBLIGATION IS SUCH: That whereas the Contractor has submitted the above-mentioned Bid to the City of Lake Elsinore as aforesaid for the work for said project entitled above. NOW, THEREFORE, if the aforesaid Contractor is awarded the Contract and, within the time and manner required under the Contract documents, after the prescribed forms are presented to him or her for signature, enters into a written Agreement in the prescribed form and in accordance with the Contract documents, and files two bonds with the City of Lake Elsinore, one to guarantee faithful performance and the other to guarantee payment for labor and materials, in accordance with said Contract documents, and as required by law, and files the required insurance certificate(s) in accordance with said Contract documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and effect until execution of the Agreement or forfeiture pursuant to the Provisions of Sections 20172 and 20174 of the Public Contract Code. In the event suit is brought upon this bond by the City and judgment is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixed by the court. (SIGNATURE PAGE FOLLOWS) C-22 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BIDDER'S PROPOSAL BID NO. ZDM2 CITY OF LAKE ELSINORE CIP Project No. Z10002 BIDDER'S BOND SIGNATURE PAGE CITYWIDE ANNUAL ASPHALT MAINTENANCE & REPAIR, NEW INSTALLATION'S PROGRAM &ON-CALL EMERGENCY CONSTRUCTION SERVICES CIP PROJECT NO. Z10002 IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 29th day of May 203k1� 2024 BIDDER: CORPORATE SURETY: Contractor Name: NPG, Inc. Company Name: The Ohio Casualty Insurance Company Address: 1354 Jet Way Address: P.O. Box 34526 Perris, CA 92572 Seattle, WA 98124 Telephone No.: (951) 940-0200 Telephone No.: (206) 473-6210 Print Name: ���� Print Name: Spencer Flake Title: Title: Attorney-In-Fact Signature: Signature: LN Date: ���,� 7 Date: May 29, 2024 SEE ATTACI-it!D`� NOTARY DOCUMENT SIGNING INSTRUCTIONS TO THE CONTRACTOR Bidder's Bond must be accompanied by notary certificates for EACH signature. Note the description of the document on the notary certificate. Attach BOTH notary certificates immediately following this page. Corporate Seal may be affixed hereto. The attorney-in-fact for corporate surety must be registered, as such, in at least one county in the State of California. Attach one original Power of Attorney immediately following the notary certificates. If the Bidder fails to properly sign or omits the required signatures,the bid will be considered non-responsive and will be rejected. C-23 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this STATE OF California )SS certificate is attached, and not the truthfulness, COUNTY OF Riverside ) accuracy, or validity of that document. On 5/31/24 before me, Carol Marie Stone , Notary Public, personally appeared Jeffrey Nelson who proved to me on the basis of satisfactory evidence to be the personf}whose names)is/are subscribed to the within instrument and acknowledged to me that he/&he4hW executed the same in his/he9theii-authorized capacity(ie , and that by his/"�T signature(&)on the instrument the person(&), or the entity upon behalf of which the person(-S)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. CAROL MARIE STONE Notary Public•California Z $ Riverside County ZOc Commission#2488083 Signature My Comm.Expires May 22,2028 Carol Marie StbKe* Notary Public This area for official notarial seal. OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below,doing so may prove invaluable to pers relying on the documents. 0 INDIVIDUAL ❑ CORPORATE OFFICER(S) TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ G AL ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER Manager SIGNER IS REPR TING: ame of Person or Entity Name of Person or Entity OPTIONAL SECTION Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED BELOW TITLE OR TYPE OF DOCUMENT: City of Lake Elsinore, Citywide Annual Asphalt Maintenance (Bid Bond) NUMBER OF PAGES N/A DATE OF DOCUMENT N/A SIGNERS) OTHER THAN NAMED ABOVE N/A Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 rF`.c^f`.c^fScY`:�u�.rCw�t`.rt`.F!`,c-E`�-;r+.t�)c<Scv^.M.cK`�^.i�l`,rY+.cK`.c•tTc(`.�(`.cat`.cC`�-�".c'i^.ct.ct.Ft.ct'3�'vtt.c't.cKlct.i�.ct.�z.n^.ri n-- � - -- - A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) On May 29, 2024 before me, Heather Willis, Notary Public Date Here Insert Name and Title of the Officer personally appeared Spencer Flake Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 1 HEATHER #234 5 WITNESS m hand and official seal. COMM.#2334057 cn y NOTARY PUBLIC-CALIFORNIA L4"& ORANGE COUNTY /MYCOMM.EXPIRESSEPTEMAEA25.2024Signature �(/4 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _ Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8205649-971919 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Charles L. Flake,David L.Culbertson,Heather Willis,Lexie Sherwood,Spencer Flake all of the city of Anaheim state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 25th day of May 2021 Liberty Mutual Insurance Company P�lNStIRR �ZY tNg�R a INsu The Ohio Casualty Insurance Company .�`� GORPoagrP L� rry`��oRPORfrt,9y �P�o�OR4rFyP West American Insurance Company J3 oEn e3 a C+ a3 o m 1912 0 1919 g 1991 - o a O / vi E dJl S'94CHU5" .bD D�y4 ,db ls �NOIAN r' ,da I ��, a) U David M.Carey,Assistant Secretary State of PENNSYLVANIA a) :,:3. ss County of MONTGOMERY o E On this 25th day of May 2021 before me personally appeared David M.Care who acknowledged himself to be the Assistant Secrets of Liberty Mutual Insurance Y Y P Y PP Y, 9 Secretary ttY U o ip Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes mtherein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O� o ?a �Cn CL O Commonwealth of Pennsylvania-Notary Seal = 4) 0 ti_� 4�s q Teresa Pastella,Notary Public \ N FU O 0P Montgomery County (1/- �� L My commission expires March 26,2025 By 4 Commission number 1126044 �e5!'l4t" ; Member.Pennsylvania Association of Notaries Teresa Pastella,Notary Public QCM O N rn0 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o-S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o N M 2 ARTICLE IV—OFFICERS:Section 12.Power of Attorney. a 09 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the70 President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety M C any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall a13 L have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such CCaD ZL) instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the Q mm provisions of this article may be revoked at any lime by the Board,the Chairman,the President or by the officer or officers granting such power or authority. a ARTICLE All—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same farce and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 29th day of May 2024 P�tNS(/R4 �11 INS& N.\Nst/R4 J 4�RPON,p oyRt eJ ° yo ` 3°µPoggT oRvoot— o o a m F m lu 1912 0 0 0 1919 � � 1991 � a` o s 30 By: d'Jl `44CNU`��,aa k'NgMPs�,aa '�s��No1ANp'N,aa Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Cc 02121 Docusign Envelope ID:46DFBD89-252A-41OD-90BF-727909580946 71/2/2024 E(MM/DDYYY) A�" CERTIFICATE OF LIABILITY INSURANCE IY THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Soham Naik Alliant Insurance Services, Inc. PHONE FAX 18100 Von Karman Ave 10th FI AIC No Ext: 949-528-2891 AIC No), Irvine CA 92612 ADDRESS: soham.naik@alliant.com INSURER(S)AFFORDING COVERAGE NAIC# License#:OC36861 INSURERA: Mt. Hawley Insurance Company 37974 INSURED INSURER B:Travelers Indemnity Company of 25682 NPG, Inc dba: Nelson Paving&Grading, Goldstar Asphalt Products P.O. Box 1515 1NsuRERc:Travelers Property Casualty Co 25674 Perris CA 92572 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:741982688 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DDIYYYY MM/DD/YYYY B X COMMERCIAL GENERAL LIABILITY DT-CO-4X313020-TIL-23 11/15/2023 11/15/2024 EACH OCCURRENCE $1,000,000 Fv� DAMAGE TO CLAIMS-MADE OCCUR PREMISES ('a a RENTED ) $100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY jE LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ C AUTOMOBILE LIABILITY 810-4X321425-23-26-G 11/15/2023 11/15/2024 COEaMBI acciddNED enten1S GLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident C UMBRELLA LAB X OCCUR DT-CO-4X313020-TIL-23 11/15/2023 11/15/2024 EACH OCCURRENCE $5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$ $ c WORKERS COMPENSATION UB-5X121020-24-26-G 1/1/2024 1/1/2025 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Pollution Liability EGLOO11230 11/15/2023 11/15/2024 Occurrence $2,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The City of Lake Elsinore is named as Additional Insured per attached endorsements. (30)Days Notice of Cancellation/Non-Renewal—Ten(10)Days Notice For Non-Payment of Premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lake Elsinore ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department 521 N. Langstaff Street AUTHORIZED REPRESENTATIVE Lake Elsinore CA 92530 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 POLICY NUMBER: DT-CO-4X313020-TIL-23 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (Includes Products-Completed Operations If Required By Contract) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS (1) Any "bodily injury", "property damage" or The following is added to SECTION II — WHO IS AN "personal injury" arising out of the providing, INSURED: or failure to provide, any professional Any person or organization that you agree in a architectural, engineering or surveying written contract or agreement to include as an services, including: additional insured on this Coverage Part is an (a) The preparing, approving, or failing to insured, but only: prepare or approve, maps, shop a. With respect to liability for "bodily injury' or drawings, opinions, reports, surveys, "property damage" that occurs, or for "personal field orders or change orders, or the injury" caused by an offense that is committed, preparing, approving, or failing to subsequent to the signing of that contract or prepare or approve, drawings and agreement and while that part of the contract or specifications; and agreement is in effect; and (b) Supervisory, inspection, architectural or b. If, and only to the extent that, such injury or engineering activities. damage is caused by acts or omissions of you or your subcontractor in the performance of "your (2) Any "bodily injury" or "property damage" work" to which the written contract or agreement caused by "your work" and included in the applies. Such person or organization does not "products-completed operations hazard" qualify as an additional insured with respect to unless the written contract or agreement the independent acts or omissions of such specifically requires you to provide such person or organization. coverage for that additional insured during The insurance provided to such additional insured is the policy period. subject to the following provisions: c. The additional insured must comply with the a. If the Limits of Insurance of this Coverage Part following duties: shown in the Declarations exceed the minimum limits required by the written contract or (1) Give us written notice as soon as practicable agreement, the insurance provided to the of an "occurrence" or an offense which may additional insured will be limited to such result in a claim. To the extent possible, such minimum required limits. For the purposes of notice should include: determining whether this limitation applies, the (a) How, when and where the "occurrence" minimum limits required by the written contract or or offense took place; agreement will be considered to include the minimum limits of any Umbrella or Excess (b) The names and addresses of any injured liability coverage required for the additional persons and witnesses; and insured by that written contract or agreement. (c) The nature and location of any injury or This provision will not increase the limits of damage arising out of the "occurrence" insurance described in Section III — Limits Of or offense. Insurance. b. The insurance provided to such additional (2) If a claim is made or "suit" is brought against insured does not apply to: the additional insured: CG D2 46 0419 ©2018 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 COMMERCIAL GENERAL LIABILITY (a) Immediately record the specifics of the (4) Tender the defense and indemnity of any claim or"suit" and the date received; and claim or "suit" to any provider of other (b) Notify us as soon as practicable and see insurance which would cover such additional to it that we receive written notice of the insured for a loss we cover. However, this claim or"suit' as soon as practicable. condition does not affect whether the insurance provided to such additional (3) Immediately send us copies of all legal insured is primary to other insurance papers received in connection with the claim available to such additional insured which or "suit', cooperate with us in the covers that person or organization as a investigation or settlement of the claim or named insured as described in Paragraph 4., defense against the "suit', and otherwise Other Insurance, of Section IV— Commercial comply with all policy conditions. General Liability Conditions. Page 2 of 2 ©2018 The Travelers Indemnity Company. All rights reserved. CG D2 46 04 19 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 POLICY NUMBER: DT-CO-4X313020-TIL-23 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE —This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured —Unnamed Subsidiaries C. Incidental Medical Malpractice B. Blanket Additional Insured — Governmental D. Blanket Waiver Of Subrogation Entities — Permits Or Authorizations Relating To E. Contractual Liability—Railroads Operations F. Damage To Premises Rented To You PROVISIONS a. An organization other than a partnership, joint A. WHO IS AN INSURED — UNNAMED venture or limited liability company; or SUBSIDIARIES b. A trust; The following is added to SECTION II — WHO IS as indicated in its name or the documents that AN INSURED: govern its structure. Any of your subsidiaries, other than a partnership, B. BLANKET ADDITIONAL INSURED — joint venture or limited liability company, that is GOVERNMENTAL ENTITIES — PERMITS OR not shown as a Named Insured in the AUTHORIZATIONS RELATING TO OPERATIONS Declarations is a Named Insured if: a. You are the sole owner of, or maintain an The following is added to SECTION II — WHO IS ownership interest of more than 50% in, such AN INSURED: subsidiary on the first day of the policy period; Any governmental entity that has issued a permit and or authorization with respect to operations b. Such subsidiary is not an insured under performed by you or on your behalf and that you similar other insurance. are required by any ordinance, law, building code or written contract or agreement to include as an No such subsidiary is an insured for"bodily injury" additional insured on this Coverage Part is an or "property damage" that occurred, or "personal insured, but only with respect to liability for"bodily and advertising injury" caused by an offense injury", "property damage" or "personal and committed: advertising injury" arising out of such operations. a. Before you maintained an ownership interest The insurance provided to such governmental of more than 50% in such subsidiary; or entity does not apply to: b. After the date, if any, during the policy period a. Any "bodily injury", "property damage" or that you no longer maintain an ownership "personal and advertising injury" arising out of interest of more than 50% in such subsidiary. operations performed for the governmental For purposes of Paragraph 1. of Section II —Who entity; or Is An Insured each such subsidiary will be b. Any "bodily injury" or "property damage" deemed to be designated in the Declarations as: included in the "products-completed operations hazard". CG D3 16 02 19 ©2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE pharmaceuticals committed by, or with the 1. The following replaces Paragraph b. of the knowledge or consent of,the insured. definition of "occurrence" in the 5. The following is added to the DEFINITIONS DEFINITIONS Section: Section: b. An act or omission committed in providing "Incidental medical services" means: or failing to provide "incidental medical services", first aid or "Good Samaritan a. Medical, surgical, dental, laboratory, x-ray services" to a person, unless you are in or nursing service or treatment, advice or the business or occupation of providing instruction, or the related furnishing of professional health care services. food or beverages; or 2. The following replaces the last paragraph of b. The furnishing or dispensing of drugs or Paragraph 2.a.(1) of SECTION II — WHO IS medical, dental, or surgical supplies or AN INSURED: appliances. Unless you are in the business or occupation 6. The following is added to Paragraph 4.b., of providing professional health care services, Excess Insurance, of SECTION IV — Paragraphs (1)(a), (b), (c) and (d) above do COMMERCIAL GENERAL LIABILITY not apply to "bodily injury" arising out of CONDITIONS: providing or failing to provide: This insurance is excess over any valid and (a) "Incidental medical services" by any of collectible other insurance, whether primary, your "employees" who is a nurse, nurse excess, contingent or on any other basis, that assistant, emergency medical technician is available to any of your "employees" for or paramedic; or "bodily injury" that arises out of providing or (b) First aid or "Good Samaritan services" by failing to provide "incidental medical services" any of your "employees" or "volunteer to any person to the extent not subject to workers", other than an employed or Paragraph 2.a.(1) of Section II — Who Is An volunteer doctor. Any such "employees" Insured. or "volunteer workers" providing or failing D. BLANKET WAIVER OF SUBROGATION to provide first aid or "Good Samaritan services" during their work hours for you The following is added to Paragraph 8., Transfer will be deemed to be acting within the Of Rights Of Recovery Against Others To Us, scope of their employment by you or of SECTION IV — COMMERCIAL GENERAL performing duties related to the conduct LIABILITY CONDITIONS: of your business. If the insured has agreed in a contract or 3. The following replaces the last sentence of agreement to waive that insured's right of Paragraph 5. of SECTION III — LIMITS OF recovery against any person or organization, we INSURANCE: waive our right of recovery against such person or For the purposes of determining the organization, but only for payments we make applicable Each Occurrence Limit, all related because of: acts or omissions committed in providing or a. "Bodily injury" or "property damage" that failing to provide "incidental medical occurs; or services", first aid or "Good Samaritan services" to any one person will be deemed to b. "Personal and advertising injury" caused by be one "occurrence". an offense that is committed; 4. The following exclusion is added to subsequent to the execution of the contract or Paragraph 2., Exclusions, of SECTION I — agreement. COVERAGES — COVERAGE A — BODILY E. CONTRACTUAL LIABILITY—RAILROADS INJURY AND PROPERTY DAMAGE LIABILITY: 1. The following replaces Paragraph c. of the Sale Of Pharmaceuticals definition of "insured contract" in the "Bodily injury" or "property damage" arising DEFINITIONS Section: out of the violation of a penal statute or c. Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 ©2017 The Travelers Indemnity Company. All rights reserved. CG D3 16 02 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 COMMERCIAL GENERAL LIABILITY 2. Paragraph f.(1) of the definition of "insured a. Any premises while rented to you or contract" in the DEFINITIONS Section is temporarily occupied by you with permission deleted. of the owner; or F. DAMAGE TO PREMISES RENTED TO YOU b. The contents of any premises while such The following replaces the definition of "premises premises is rented to you, if you rent such damage" in the DEFINITIONS Section: premises for a period of seven or fewer „ consecutive days. Premises damage means property damage to: CG D3 16 02 19 ©2017 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: DT-CO-4X313020-TIL-23 ISSUE DATE: 11/15/2023 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project Designated Project(s): General Aggregate(s): A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. obligated to pay as damages caused by "occur- for damages or under COVERAGE C. for rences" under COVERAGE A. (SECTION 1), and medical expenses shall reduce the Desig- for all medical expenses caused by accidents un- nated Project General Aggregate Limit for der COVERAGE C (SECTION 1), which can be that designated "project". Such payments attributed only to operations at a single desig- shall not reduce the General Aggregate Limit nated "project" shown in the Schedule above: shown in the Declarations nor shall they re- 1. A separate Designated Project General Ag- duce any other Designated Project General gregate Limit applies to each designated "pro- Aggregate Limit for any other designated ject", and that limit is equal to the amount of "project" shown in the Schedule above. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations, unless separate Designated Occurrence, Damage To Premises Rented Project General Aggregate(s) are sched- To You and Medical Expense continue to uled above. apply. However, instead of being subject to 2. The Designated Project General Aggregate the General Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the damages under COVERAGE A., except applicable Designated Project General Ag- damages because of "bodily injury" or "prop- gregate Limit. erty damage" included in the "products- B. For all sums which the insured becomes legally completed operations hazard", and for medi- obligated to pay as damages caused by "occur- cal expenses under COVERAGE C, regard- rences" under COVERAGE A. (SECTION 1), and less of the number of: for all medical expenses caused by accidents un- a. Insureds; der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule above: c. Persons or organizations making claims or bringing "suits". CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. vided, any payments for damages because of for damages or under COVERAGE C. for "bodily injury" or "property damage" included in medical expenses shall reduce the amount the "products-completed operations hazard" will available under the General Aggregate Limit reduce the Products-Completed Operations Ag- or the Products-Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gregate Limit, whichever is applicable; and gate Limit nor the Designated Project General 2. Such payments shall not reduce any Desig- Aggregate Limit. nated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- C. Part 2. of SECTION III — LIMITS OF INSURANCE tions Section is amended by the addition of the is deleted and replaced by the following: following definition: 2. The General Aggregate Limit is the most we "Project" means an area away from premises will pay for the sum of: owned by or rented to you at which you are per- forming operations pursuant to a contract or a. Damages under Coverage B; and agreement. For the purposes of determining the b. Damages from 'occurrences" under applicable aggregate limit of insurance, each COVERAGE A (SECTION 1) and for all "project" that includes premises involving the medical expenses caused by accidents same or connecting lots, or premises whose con- under COVERAGE C (SECTION 1) which nection is interrupted only by a street, roadway, cannot be attributed only to operations at waterway or right-of-way of a railroad shall be a single designated "project" shown in the considered a single "project'. SCHEDULE above. F. The provisions of SECTION III — LIMITS OF D. When coverage for liability arising out of the INSURANCE not otherwise modified by this en- "products-completed operations hazard" is pro- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 COMMERCIAL AUTO POLICY NUMBER: 810-4X321425-23-26-G ISSUE DATE: 11/15/2023 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage pro- vided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is ered Autos Liability Coverage in the Business Auto an "insured"for Covered Autos Liability Coverage, but and Motor Carrier Coverage Forms and Paragraph only to the extent that person or organization qualifies D.2. of Section I — Covered Autos Coverages of the as an "insured" under the Who Is An Insured provi- Auto Dealers Coverage Form. sion contained in Paragraph A.1. of Section II — Cov- CA 20 48 10 13 C Insurance Services Office, Inc., 2011 Page 1 of 1 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 POLICY NUMBER: 810-4X321425-23-26-G COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE - CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 2. The following is added to Paragraph B.5., Other 1. The following is added to Paragraph c. in A.1., Insurance of SECTION IV — BUSINESS AUTO Who Is An Insured, of SECTION II — COVERED CONDITIONS: AUTOS LIABILITY COVERAGE: Regardless of the provisions of paragraph a. and This includes any person or organization who you paragraph d. of this part 5. Other Insurance, this are required under a written contract or insurance is primary to and non-contributory with agreement, that is signed by you before the applicable other insurance under which an "bodily injury" or "property damage" occurs and additional insured person or organization is a that is in effect during the policy period, to name named insured when a written contract or as an additional insured for Covered Autos agreement with you, that is signed by you before Liability Coverage, but only for damages to which the "bodily injury" or "property damage" occurs this insurance applies and only to the extent of and that is in effect during the policy period, that person's or organization's liability for the requires this insurance to be primary and non- conduct of another"insured". contributory. CA T4 99 02 16 u 2016 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.with its permission. Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 COMMERCIAL AUTO POLICY NUMBER: 810-4X321425-23-26-G ISSUE DATE: 11/15/2023 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. SCHEDULE Name(s) Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or or- ganization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 TRAVELERS_ WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76 ( A)— POLICY NUMBER: U13-5X121020-24-26-G WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. The additional premium for this endorsement shall be % of the California workers' compensation pre- mium. Schedule Person or Organization Job Description This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 1/1/2024 Policy No. U13-5X121020-24-26-G Endorsement No. Insured Premium Insurance Company Countersigned by DATE OF ISSUE: 1/1/2024 ST ASSIGN: Page 1 of 1 Docusign Envelope ID:46DFBD89-252A-410D-90BF-727909580946 BUSINESS LICENSE CITY OF LAKE ELSINORE This business license is issued for revenue purposes only and does not grant authorization Administrative Services-Licensing to operate a business. This business license is issued without verification that the holder is 130 South Main Street, Lake Elsinore, CA 92530 subject to or exempted from licensing by the state,county,federal government,or any PH (951) 674-3124 other governmental agency. Business Name: NPG INC BUSINESS LICENSE NO. 006913 Business Location: PO BOX 1515 Business Type: EARTHWORK&PAVING CONTRACTOR PERRIS,CA 92572-1441 Owner Name(s): JEFF NELSON Issue Date: 2/1/2024 Expiration Date: 1/31/2025 NPG INC PO BOX 1515 PERRIS, CA 92572-1441 Starting January 1,2021,Assembly Bill 1607 requires the prevention of gender-based discrimination of business establishments.A full notice is available in English or other languages by going to:https://www.dca.ca.gov/publications/ TO BE POSTED IN A CONSPICUOUS PLACE THIS IS YOUR LICENSE • NOT TRANSFERABLE WcuSign Certificate Of Completion Envelope Id:46DFBD89252A410D90BF727909580946 Status:Completed Subject:Complete with Docusign: NPG-Annual Contractor Services Agreement.pdf Source Envelope: Document Pages:61 Signatures:5 Envelope Originator: Certificate Pages:5 Initials:0 Carla Khalil AutoNav: Enabled 130 S. Main Street Envelopeld Stamping: Enabled Lake Elsinore,CA 92530 Time Zone: (UTC-08:00)Pacific Time(US&Canada) ckhalil@lake-elsinore.org IP Address:76.79.110.130 Record Tracking Status:Original Holder:Carla Khalil Location: DocuSign 7/2/2024 2:15:12 PM ckhalil@lake-elsinore.org Signer Events Signature Timestamp Shannon Buckley by: Sent:7/2/2024 2:17:55 PM sbuckley@lake-elsinore.org EDICUSig"Id �.adnlnh" Viewed:7/2/2024 2:19:35 PM Y 9er Assistant City Manager 678FB35A1E42495... Signed:7/2/2024 2:20:55 PM Security Level: Email,Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address:47.180.22.242 Electronic Record and Signature Disclosure: Accepted:7/2/2024 2:19:35 PM ID:04456412-7e75-46a4-ba0f-63e0fec3f02c by: Barbara Leibold E,*.,,,Sil"ld Sent:7/2/2024 2:20:57 PM barbara@cega.com Viewed:7/4/2024 5:39:25 PM � . uoCity Attorney A, 6D9096AF48c.. Signed:7/4/2024 5:39:35 PM Security Level: Email,Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address:68.228.82.177 Signed using mobile Electronic Record and Signature Disclosure: Accepted:7/4/2024 5:39:25 PM ID: 1f52eba8-d511-4dbc-9f82-f8c60558c484 JEFF NELSON bY: Sent:7/4/2024 5:39:37 PM jnelson@npgasphalt.com ED*cuSig",l EFF NELSON Viewed:7/9/2024 8:18:19 AM Security Level: Email,Account Authentication EBA37ACB56954F5 Signed:7/9/2024 2:13:54 PM (None) Signature Adoption: Pre-selected Style Using IP Address:67.220.163.34 Electronic Record and Signature Disclosure: Accepted:7/9/2024 8:18:19 AM ID:c47580a4-d3dc-443f-814a-Od7e8ce4e8d6 Jason Simpson °`"Signed ly: Sent:7/9/2024 2:13:56 PM jsimpson@lake-elsinore.org ED aSOIn �iwiPSbin Viewed:7/9/2024 2:32:38 PM City Manager 1F551F63E6FE412 Signed:7/9/2024 2:32:40 PM city of Lake Elsinore Signature Adoption: Pre-selected Style Security Level: Email,Account Authentication (None) Using IP Address:47.180.22.242 Electronic Record and Signature Disclosure: Accepted:7/9/2024 2:32:38 PM ID:Oaedd446-3ee6-457a-8ea4-34e96bfce3da Signer Events Signature Timestamp Candice Alvarez EDocoS1111d bl Sent:7/9/2024 2:32:43 PM calvarez@lake-elsinore.org Viewed:7/9/2024 2:58:17 PM City Clerk 2941e149748c400... Signed:7/9/2024 2:58:25 PM City of Lake Elsiniore Signature Adoption: Uploaded Signature Image Security Level: Email,Account Authentication (None) Using IP Address:47.180.22.242 Electronic Record and Signature Disclosure: Accepted: 10/24/2019 11:01:03 AM ID:0018f862-4e7a-4c04-91a9-67d7112db44f In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Luz Reyes COPIED Sent:7/9/2024 2:58:27 PM Ireyes@lake-elsinore.org Deputy City Clerk City of Lake Elsinore Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 7/2/2024 2:17:55 PM Certified Delivered Security Checked 7/9/2024 2:58:17 PM Signing Complete Security Checked 7/9/2024 2:58:25 PM Completed Security Checked 7/9/2024 2:58:27 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure Electronic Record and Signature Disclosure created on:2/5/2018 9:41:59 AM Parties agreed to:Shannon Buckley,Barbara Leibold,JEFF NELSON,Jason Simpson, Candice Alvarez CONSUMER DISCLOSURE From time to time, Carahsoft OBO City of Lake Elsinore (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign, Inc. (DocuSign) electronic signing system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the `I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after signing session and, if you elect to create a DocuSign signer account, you may access them for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign `Withdraw Consent' form on the signing page of a DocuSign envelope instead of signing it. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure,we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process,please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact Carahsoft OBO City of Lake Elsinore: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by phone call: 951-674-3124 x269 To contact us by email send messages to: lreyes@lake-elsinore.org To advise Carahsoft OBO City of Lake Elsinore of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at lreyes@lake-elsinore.org and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc. to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in the DocuSign system. To request paper copies from Carahsoft OBO City of Lake Elsinore To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to lreyes@lake-elsinore.org and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with Carahsoft OBO City of Lake Elsinore To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to lreyes@lake-elsinore.org and in the body of such request you must state your e-mail, full name, US Postal Address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Windows® 2000, Windows®XP, Windows Vista®; Mac OS®X Systems: Final release versions of Internet Explorer® 6.0 or above (Windows only); Browsers: Mozilla Firefox 2.0 or above (Windows and Mac); SafariTM 3.0 or above (Mac only) PDF Reader: Acrobat® or similar software may be required to view and print PDF files Screen 800 x 600 minimum Resolution: Enabled Security Allow per session cookies Settings: ** These minimum requirements are subject to change. If these requirements change, you will be asked to re-accept the disclosure. Pre-release (e.g. beta)versions of operating systems and browsers are not supported. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you,please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the `I agree' button below. By checking the `I agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC CONSUMER DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify Carahsoft OBO City of Lake Elsinore as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by Carahsoft OBO City of Lake Elsinore during the course of my relationship with you.