Loading...
HomeMy WebLinkAboutComplete_with_Docusign_CC_Approved_Main_St_P (1) DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 Agreement No. AGREEMENT FOR PUBLIC WORKS CONSTRUCTION All American Asphalt For the SBA Main Street Pavement Rehabilitation, Pedestrian Safety & Information Technology Infrastructure Project CIP PROJECT NO. Z10075 This Agreement for Public Works Construction ("Agreement") is made and entered into as of May 28, 2024 by and between the City of Lake Elsinore, a municipal corporation ("City") and All American Asphalt, a Corporation ("Contractor"). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1. The Protect and Protect Documents. Contractor agrees to construct the following public improvements ("work") identified as: SB-1 Main Street Pavement Rehabilitation, Pedestrian Safety & Information Technology Infrastructure Project (the"Project") The City-approved plans for the construction of the Project, which are incorporated herein by reference and prepared by City of Lake Elsinore, are identified as: Main Street pavement rehabilitation, Pedestrian Safety & Information Technology SB-1 Project The Project Documents include this Agreement and all of the following: (1) the Notice Inviting Bids, Instructions to Bidders, Bid Documents including Bidder's Proposal as submitted by the Contractor, Contract Documents, General Specifications, Special Provisions, and all attachments and appendices; (2) everything referenced in such documents, such as specifications, details, standard plans or drawings and appendices, including all applicable State and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or extending the work contemplated as may be required to insure completion in an acceptable manner. All of the provisions of the above-listed documents are made a part of this Agreement as though fully set forth herein. 2. Compensation. a. For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to construct the Project, including furnishing all materials and performing all work required for the Project, and to fulfill all other obligations as set forth in the Bidder's Proposal, such contract price being Six Million Four Hundred Fifty-Two Thousand Eight Hundred Ninety-Nine and 35/100 dollars ($6,452,899.35). 1 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 b. City hereby promises and agrees to employ, and does hereby employ, Contractor to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Project Documents. C. Contractor agrees to receive and accept the prices set forth in the Bidder's Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the Project Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 3. Completion of Work. a. Contractor shall perform and complete all work within One Hundred Fifty 150 working days from the date of commencement specified in the Notice to Proceed, and shall provide, furnish and pay for all the labor, materials, necessary tools, expendable equipment, and all taxes, utility and transportation services required for construction of the Project. b. All work shall be performed and completed in a good workmanlike manner in strict accordance with the drawings, specifications and all provisions of this Agreement as hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and any other legal requirements governing the Project. C. Contractor shall not be excused with respect to the failure to so comply by any act or omission of the City, the City Engineer, a City inspector, or a representative of any of them, unless such act or omission actually prevents the Contractor from fully complying with the requirements of the Project Documents, and unless the Contractor protests at the time of such alleged prevention that the act or omission is preventing the Contractor from fully complying with the Project Documents. Such protest shall not be effective unless reduced to writing and filed with the City within three (3) working days of the date of occurrence of the act or omission preventing the Contractor from fully complying with the Project Documents. d. City and Contractor recognize that time is of the essence in the performance of this Agreement and further agree that if the work called for under the Agreement is not completed within the time hereinabove specified, damages will be sustained by the City and that, it is and will be impracticable or extremely difficult to ascertain and determine the actual amount of damages the City will sustain in the event of, and by reason of, such delay. It is, therefore, agreed that such damages shall be presumed to be in the amount of One Thousand dollars ($1,000.00) per calendar day, and that the Contractor will pay to the City, or City may retain from amounts otherwise payable to Contractor, such amount for each calendar day by which the Contractor fails to complete the work, including corrective items of work, under this Agreement within the time hereinabove specified and as adjusted by any changes to the work. 2 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 4. Changes to Work. City and Contractor agree that the City may make changes to the work, or suspend the work, and no matter how many changes, such changes or suspensions are within the contemplation of the Contractor and City and will not be a basis for a compensable delay claim against the City nor be the basis for a liquidated damage claim against the Contractor. Any change to the work shall be by way of a written instrument ("change order") signed by the City and the Contractor, stating their agreement to the following: a. The scope of the change in the work; b. The amount of the adjustment to the contract price; and c. The extent of the adjustment to the Schedule of Performance. The City Engineer is authorized to sign any change order provided that sufficient contingency funds are available in the City's approved budget for the Project. All change in the work authorized by the change order shall be performed under the applicable conditions of the Project Documents. City and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustments for such changes. 5. Bonds. Contractor shall provide, before commencing work, a Faithful Performance Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price in the form that complies with the Project Documents and is satisfactory to the City Attorney. 6. Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed of by Contractor without the prior written consent of City. 7. Licenses. Contractor represents and warrants to City that it holds the contractor's license or licenses set forth in the Project Documents, is registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business license. 8. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, the County and Board Supervisors, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to 3 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 property, or violation of law. It is understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Contractor from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 9. Insurance Requirements. a. Insurance. Contractor, at Contractor's own cost and expense, shall procure and maintain, for the duration of the Agreement, unless modified by the City's Risk Manager, the following insurance policies. i. Workers' Compensation. Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non-renewal of all Workers' Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. In the event that Contractor is exempt from Worker's Compensation Insurance and Employer's Liability Insurance for his/her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. ii. Commercial General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liability Coverage. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 ("any auto"). No endorsement may be attached limiting the coverage. 4 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 iv. Builder's Risk Coverage. Prior to the commencement of any construction of the Project, Design-Builder shall obtain (or cause to be obtained) and keep in force during the term of any construction, builder's risk insurance insuring for all risks of physical loss of or damage (excluding the perils of earthquake and flood). V. Professional Liability Coverage. Contractor shall maintain professional errors and omissions liability insurance appropriate for Contractor's profession for protection against claims alleging negligent acts, errors or omissions which may arise from Contractor's services under this Agreement, whether such services are provided by the Contractor or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general commercial liability and automobile liability insurance policy shall be with insurers possessing a Best's rating of no less than A:VII and shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured with respect to liability arising out of work performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. C. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City's option, Contractor shall demonstrate financial capability for payment of such deductibles or self-insured retentions. d. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of 5 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 10. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Contractor: All American Asphalt Attn: Edward Carlson 400 East Sixth Street Corona, CA 92879 11. Entire Agreement. This Agreement constitutes the complete and exclusive statement of agreement between the City and Contractor. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 12. Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 13. Assignment and Subcontracting. Contractor shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties for obligations of the Contractor under this Agreement will be permitted only with the express consent of the City. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 14. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 15. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 16. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 6 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 17. Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys'fees. 18. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 19. Authority to Enter Agreement and Administration. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. The City Engineer shall act as the Project administrator on behalf of the City. 20. Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 21. Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 22. Prevailing Wages. a. Contractor and all subcontractors shall adhere to the general prevailing rate of per diem wages as determined and as published by the State Director of the Department of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore and are available for review upon request. 7 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 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] 8 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 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 All American Asphalt, a Corporation corporation DocuSigned by: ,�aSbIA. SllM Sblil, DocuSigned by: P 6/11/2024 1 3:39 PM PD � C,aV�SbbL 6/11/2024 2:24 PM PDT City Manager By: Edward J. Carlson Its: Vice President ATTEST: DocuSigned by: 6/11/2024 3:59 PM PDT City Clerk APPROVED AS TO FORM: DocuSigned by: 6/2/2024 1 3:27 PM PDT City Attorney Fs DocuSigned by: 6W&b�, 5/31/2024 1 3:15 PM PDT ASSISGbr ity Manager 9 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 EXHIBIT A CONTRACTOR'S PROPOSAL [ATTACHED] DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 SECTION C BID DOCUMENTS B-6 DocuSign Envelope ID: 1D17CC67-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 BIDDER'S PROPOSAL SB-1 MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP r"ROJECT NO. Z10075 Company: All American Asphalt Honorable Mayor, Members of the Council: In accordance with the Notice Inviting Bids pertaining to the receiving of bid proposals by the City of Lake Elsinore for the above titled improvement, the undersigned hereby proposes to furnish all Work to be performed in accordance with the Specifications, Standard Drawings, and the Contract Documents, for the unit price or lump sum set forth in the following schedule: Time of Completion: One hundred-fifty (150)Working Days from Issuance of Notice to Proceed (NTP) by City to Contractor. 1. BID SCHEDULE A-PART 1 **PAVEMENT REHABILITATION** Table is Applicable for Sheets 1 -12 ITEM ITEM DESCRIPTION UNIT QUANTITY UNITCOST TOTAL COST NO. GENERAL ITEMS MOBILIZATION & DEMOBILIZATION (NOT TO EXCEED 5% OF LS 1 60,000.00 60,000.00 1' BID). SITE MAINTENANCE AND BEST MANAGEMENT PRACTICE LS 1 4,500.00 4,500.00 2. STORM WATER&NON-STORM WATER POLLUTION CONTROL 3. TRAFFIC CONTROL AND PUBLIC CONVENIENCE. LS 1 oo CONSTRUCTION SURVEY&RE-ESTABLISHING CL TIES& 4. LS 1 46,000.00 46,000.00 MONUMENTS 5. CLEARING AND GRUBBING LS 1 7,000.00 7,000.00 PAVEMENT REHABILITATION 6. CONSTRUCT TYPE 11 SLURRY AND CRACK FILL. SF 287,850 0.35 100 747.50 7, CONSTRUCT 2" AC OVERLAY OVER 2" MILL(283,471 S.F.) TON 3802 532 280.00 S. 2" MIN.COLD MILL/AC GRIND AND REMOVAL(283,471 S.F.) CY 1971 9. CONSTRUCT 2"AC OVERLAY OVER 1" MILL(57,670 S.F.) TON 863 140.00 120 820.00 10. 1" MIN.COLD MILL/AC GRIND AND REMOVAL (S7,670 S.F.) CY 208 35.00 7280.00 11, CRACK REPAIR SUBSEQUENT TO GRINDING LS 1 19000.00 19000.00 12. CONSTRUCT 4" MIN.AC OVER 90%COMPACTED NATIVE TON 160 210.00 33600.00 PROTECT EXISTING MANHOLE(S) AND ADJUST AS NECESSARY 13. DURING RESURFACING OPERATIONS EA 66 1460.00 96360.00 PROTECT EXISTING VALVE(S) AND ADJUST AS NECESSARY EA 165 14. DURING RESURFACING OPERATIONS 160.00 26400.000 PAVEMENT DELINEATION AND STREET SIGNAGE 15. INSTALL BLUE REFLECTORIZED RAISED PAVEMENT MARKER ( 6.50 325.00 (RPM) EA 50 16. INSTALL THERMOPLASTIC PAVEMENT MARKINGS AS SHOWN PER CALTRANS STD A24A FOR ARROWS, A24C FOR SYMBOLS SF 3020 4.35 13137.00 17. INSTALL 8 INCH THERMOPLASTIC WHITE CHANNELIZING LINE PER CALTRANS STD A20D, DETAIL 38B LF 1455 2.15 3128.25 18. INSTALL 6 INCH/6 INCH THERMOPLASTIC DOUBLE YELLOW STRIPING PER CALTRANS STD A20A, DETAIL 22 LF 8640 2.70 23328.00 C-1 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 CITY OF LAKE ELSINORE CIP Project No. Z10075 ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT COST TOTAL COST NO. 19. INSTALL 6 INCH/6 INCH THERMOPLASTIC TWO-WAY LEFTTURN 7 4860.00 LANE PER CALTRANS STD A20B, DETAIL 32 LF 1800 20. INSTALL 12 INCH THERMOPLASTIC WHITE LIMIT LINE PER 2.15 645.00 CALTRANS STD A24G LF 300 21, INSTALL 6INCH DASHED THERMOPLASTIC CENTERLINE YELLOW 3242.25 STRIPING PER CALTRANS STD A20A, DETAIL 2 LF 1965 1.65 22. INSTALL THERMOPLASTIC WHITE BASIC CROSSWALK PER CALTRANS STD A24F LF 2320 4.35 10092.00 23. "INSTALL 6 INCH THERMOPLASTIC WHITE RIGHT EDGE LINE PER CALTRANS STD A20B, DETAIL 27B LF 640 3.25 2080.00 24. INSTALL THERMOPLASTIC 4"SOLID WHITE PARKING STRIPE LF 1200 5.40 6480.00 2S. INSTALL THERMOPLASTIC 4"SOLID BLUE PARKING STRIPE LF 2600 2.15 5590.00 26. INSTALL THERMOPLASTIC WHITE AND BLUE INTERNATIONAL SYMBOL OF ACCESSIBILITY PER CALTRANS STD A24C EA g 165.00 1320.00 27. INSTALL THERMOPLASTIC 12"WHITE CHEVRON STRIPING AT 20' 4.35 . 2262.00 O.C. LF 520 28, INSTALL THERMOPLASTIC YIELD LINE PER CALTRANS STD A24E SF 18 11.00 198.00 29. INSTALL THERMOPLASTIC WHITE SHARED ROADWAY BICYCLE MARKING PER CALTRANS STD A24C EA 20 325.00 6500.00 30. INSTALL THERMOPLASTIC WHITE BIKE LANE SYMBOL WITH 325.00 PERSON MARKING PER CALTRANS STD A24C EA 3 975.00 31. INSTALL THERMOPLASTIC 6" WHITE BIKE LANE LINE PER 2437.50 CALTRANS STD A20D, DETAIL 39 LF 750 3.25 32. INSTALL THERMOPLASTIC 6" WHITE BIKE INTERSECTION LANE LINE PER CALTRANS STD A20D, DETAIL 39A LF 150 3.25 487.50 33. INSTALL THERMOPLASTIC YELLOW LADDER CROSSWALK PER CALTRANS STD A24F LF 200 5.40 1080.00 34. INSTALL THERMOPLASTIC DOUBLE YELLOW MEDIAN STRIPING PER CALTRANS STD A206, DETAIL 29 LF 1200 3.25 3900.00 35. INSTALL 36" WHITE FLEXIBLE DELINEATORS AT 10' SPACING EA ALONG CHANNELIZING LINES 18 65.00 1170.00 36. INSTALL SIGN (STANDARD SIZE OR AS INDICATED) PER CA MUTCD. EA 380.00 1140.00 3 Subtotal Bid for Bid Schedule A PART 1: $ 1,347,350.00 2. BID SCHEDULE A-PART 2 "STREET IMPROVEMENTS" (Table is Applicable for Sheets 13-23, 30-32 ITEM ITEM DESCRIPTION UNIT FQUANTITY UNIT COST TOTAL COST NO. GENERAL ITEMS MOBILIZATION & DEMOBILIZATION (NOT TO EXCEED S% OF 1. LS 1 100,000.00 100,000.0 BID). SITE MAINTENANCE AND BEST MANAGEMENT PRACTICE 2 STORM WATER &NON-STORM WATER POLLUTION CONTROL LS 1 4,500.00 4500.00 3. TRAFFIC CONTROL AND PUBLIC CONVENIENCE. LS 14000000. 40,00100 4 CONSTRUCTION SURVEY& RE-ESTABLISHING CLTIES& LS 1 88000.00 MONUMENTS 88,000.00 C-2 DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT COST TOTAL COST NO. DEMOLITION S. SAWCUT, REMOVE,AND DISPOSE OF EXISTING AC PAVEMENT. SF 22,125 2.05 45356.25 6. COLD MILL EXISTING AC PAVEMENT TO A DEPTH OF 2". SF 3,871 0.60 2322.60 7. SAWCUT, REMOVE, AND DISPOSE OF EXISTING CONCRETE SF 5,818 4.00 23272.00 SIDEWALK. 8. SAWCUT, REMOVE,AND DISPOSE OF EXISTING CONCRETE CURB LF 228 22.00 5016.00 &GUTTER. 9. SAWCUT,REMOVE,AND DISPOSE OF EXISTING CONCRETE CURB LF 251 11.00 2761.00 ONLY. 10. SAWCUT, REMOVE, AND DISPOSE OF EXISTING CONCRETE SF 74 10.00 740.00 PAVEMENT. 11. REMOVE AND DISPOSE OF EXISTING CONCRETE BAND. LF 65 9.00 585.00 12. REMOVE EXISTING BRICK PAYERS. PAYERS TO BE SALVAGED AT SF 309 11.00 3399.00 THE DIRECTION OF THE CITY OF LAKE ELSINORE. SAWCUT, REMOVE, AND DISPOSE OF EXISTING CONCRETE SF 164 23. 10.00 1640.00 DRIVEWAY APPROACH,AND ASSOCIATED CURB. REMOVE AND DISPOSE OF EXISTING STORM DRAIN JUNCTION EA 1 14. 1050.00 1050.00 BOX. 15. REMOVE AND DISPOSE OF EXISTING PVC DRAIN PIPE (SIZE PER LF 120 20.00 2400.00 PLAN). 16. REMOVE AND DISPOSE OF EXISTING CONCRETE CURB RAMP. EA 8 1460.00 11680.00 17. REMOVE AND DISPOSE OF EXISTING CONCRETE CROSS GUTTER. SF 740 10.00 7400.00 18 SAWCUT AND REMOVE EXISTING CONCRETE SIDEWALK AND EA 14 625.00 8750.00 BASE TO ACCOMMODATE PULL BOX STREET IMPROVEMENTS 19. CONSTRUCT 2"THICK AC OVERLAY. TON 780 140.00 109200.00 20. CONSTRUCT 12" DEEP LIFT AC PAVEMENT. SF 5,119 13.00 66547.00 CONSTRUCT 12" WIDE CONCRETE BAND PER DETAIL ON LF 807 21. D 60.00 48420.00 DRAWING C-1.2. 22 CONSTRUCT BONDED BRICK CROSSWALK PER DETAIL ON SF 4,122 107.00 441,054.0 DRAWING C-1.2. 23. CONSTRUCT PAVEMENTJOIN PER DETAIL ON DRAWING C-1.2. LF 2,035 3.50 7122.50 CONSTRUCT SCORED COLORED CONCRETE PER DETAIL ON SF 61315 24. DRAWING C-1.2. NO COLOR MIX IS TO BE USED AT THE LOGO 28.00 176,820.0 SECTION (NATURAL CONCRETE COLOR UNDER LOGO). 25. CONSTRUCT CITY LOGO PER DETAIL DRAWING C-1.2. EA 2 11250.00 22500.00 26 ADJUST EXISTING MANHOLE TO MATCH PROPOSED FINISH EA 4 1460.00 5840.00 SURFACE. ADJUST EXISTING VALVE BOX TO MATCH PROPOSED FINISH EA 8 27. 160.00 1280.00 SURFACE. CONSTRUCT SCORE LINES PER INTERSECTION ENHANCEMENT LF 938 28. DETAILS PER DRAWINGS C-2.1 AND C-2.2. 13.00 12194.00 CONSTRUCT CONCRETE CURB RAMP PER SPPWC STD.PLAN 111- EA 15 29. 5. CURB RAMP JOINTS TO BE CONSTRUCTED PER SPPWC STD 7200.00 108,000.0 PLAN 112-2. CONSTRUCT 12" WIDE CONCRETE GROOVES PER SPPWC STD. LF 125 30- 20.00 2500.00 PLAN 111-5. PLAN 111-5. 1250.00 18750.00 INSTALL ADA DETECTABLE WARNING STRIP PER SPPWC STD. EA 15 31. C-3 DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 ITEM ITEM DESCRIPTION UNIT QUANTITY UNITCOST TOTAL COST NO. CONSTRUCT MODIFIED COMMERCIAL CONCRETE DRIVEWAY SF 33 32. APPROACH TYPE I WITH CURB RETURN PER CITY OF LAKE 50.00 1650.0 ELSINORE STD. NO. 118A. 33. CONSTRUCT CONCRETE JOIN PER DETAIL IN DRAWING C-1.2. LF 64 40.00 2560.00 34. CONSTRUCT CONTIGUOUS CONCRETE SIDEWALK PER CITY OF SF 1,552 24832.00 LAKE ELSINORE STD.NO,210. 16.00 CONSTRUCT NON-CONTIGUOUS CONCRETE SIDEWALK PER CITY SF 3,554 35. OF LAKE ELSINORE STD. NO.211. 16.00 56864.00 CONSTRUCT VARIABLE THICKNESS AC OVERLAY (4" MAX LS 1 1600.00 36. THICKNESS). 1600.00 CONSTRUCT 6" CONCRETE INTEGRAL CURB &GUTTER PER CITY LF 447 37. OF LAKE ELSINORE STD.NO.200.GUTTER WIDTH PER PLAN. 75.00 33525.00 CONSTRUCT 8" CONCRETE INTEGRAL CURB &GUTTER PER CITY LF 28 38. 80.00 2240.00 OF LAKE ELSINORE STD. NO. 201. CONSTRUCT VARIABLE HEIGHT CONCRETE CURB ONLY PER LF 46 39' 65.00 2990.00 DETAIL ON DRAWING C-1.2. CONSTRUCT NON-WALKABLE SURFACE PER DETAIL ON SF 929 40. D 23.00 21367.00 DRAWING C-1.2. 41. CONSTRUCT FULL DEPTH AC PAVEMENT. SF 213 13.00 2769.00 CONSTRUCT MODIFIED CONCRETE CROSS GUTTER PER CITY OF SF 71 42. LAKE ELSINORE STD.NO.209. 25.00 1775.00 CONSTRUCT CONCRETE CROSS GUTTER PER CITY OF LAKE SF 547 13675.00 43. ELSINORE STD. NO.209. 25.00 CONSTRUCT CURB INLET CATCH BASIN PER SPPWC STD. PLAN EA 3 29100.00 44. 300-4(W=3.5').SEE DETAIL ON SHEET C-4.2. 9700.00 CONSTRUCT 12"X 18"PRECAST BROOKS BOX(BROOKS 1218 CB) EA 1 45. 2600.00 2600.00 WITH BOLTED DOWN TRAFFIC RATED STREET GRATE. 46. INSTALL 12" DIA. PVC SCH.40 DRAIN PIPE. LF 56 285.00 15960.00 INSTALL 12" GRATE WITH 14" COLLAR PER DRAINAGE EA 1 47. SOLUTIONS,INC.,ITEM#GR12&GRC 12,OR APPROVED EQUAL. 1950.00 1950.00 INSTALL TYPE A METAL HAND RAIL WITH TYPE 2 TOP AND GRIP LF 135 48 RAIL PER SPPWC STD. PLAN 606-5. TOP RAIL TO BE SET 36" 500.00 ABOVE PROPOSED FINISH SURFACE. SEE ADDITIONAL DETAILS 67500.00 ON DRAWING C-1.2. INSTALL TYPE 2 METAL GRIP RAIL 12" EXTENSION AT HAND RAIL EA 7 10500.00 49' END PER SPPWC STD. PLAN 606-5. 1700.00 CONSTRUCT 3.5' HIGH TYPE B MASONRY BLOCK(8"X 8" X 16") LF 12 50. RETAINING WALL PER SPPWC STD. PLAN 618-3, PRECISION 600.00 7200.00 BLOCK STYLE. 51. CONSTRUCT CONCRETE CURB BARRIER PER DETAIL ON LF 452 65.00 29380.00 DRAWING C-1.2. 52 CONSTRUCT CONCRETE CURB BARRIER WITH DEEPENED EDGE LF 38 PER DETAIL ON DRAWING C-1.2. 155.00 5890.00 CONSTRUCT 3.0' LONG CONCRETE CURB TRANSITION TO 0" EA 1 53. 220.00 220.00 CURB FACE. 54. INSTALL TUBULAR STEEL PEDESTRIAN BARRIER PER CALTRANS EA 1 970.00 970.00 STD. PLAN ES-70,TYPE 1 DETAIL C.OMIT R49(CA)SIGN. 55. CONSTRUCT VARIABLE HEIGHT CONCRETE INTEGRAL CURB & LF 11 90.00 990.00 GUTTER PER DETAIL ON SHEET C-1.2.GUTTER WIDTH PER PLAN. INSTALL REMOVABLE LOCKING BOLLARD PER DETAIL ON SHEET EA 65 56. 590.00 38350.00 C-6.0. C-4 DocuSign Envelope ID: 1DI7CC67-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST TOTAL COST 57 INSTALL GRADE BEAM FOUNDATION FOR BOLLARDS PER DETAIL LF 241 ON SHEET C-6.0. 395.00 95195.0 58 PAINT DOUBLE YELLOW LINE ON TOP OF FOOTING TO CONNECT I.S. 1 DAMAGED CENTERLINE STRIPING. 1295.00 1295.00 59 CONSTRUCT CONCRETE RIBBON GUTTER PER DETAIL ON SHEET LF 139 C-4.2.WIDTH PER PLAN. 85.00 11815.00 60 CONSTRUCT CONCRETE RIBBON GUTTER WITH SLOTTED DRAIN LF 220 PER DETAIL ON SHEET C-4.2.WIDTH PER PLAN. 420.00 92400.00 CONSTRUCT CONCRETE RIBBON GUTTER TO CURB AND GUTTER LF 20 61. TRANSITION PER DETAIL ON SHEET C-4,2. 150.00 3000.00 62. CONSTRUCT CONCRETE RIBBON GUTTER TO AC BERM LF 24 125.00 3000.00 TRANSITION PER DETAIL ON SHEET C-4.2. 63. CONSTRUCT LOCAL DEPRESSION PER SPPWC STD. PLAN 313-4 EA 3 TYPE E.SEE DETAIL ON SHEET C-4.2. 2900.00 8700.00 PEDESTRIAN CROSSWALK LIGHTING SYSTEM 64. IN-ROADWAY WARNING LIGHT(IRWL)PEDESTRIAN CROSSWALK LS 1 SYSTEM AT MAIN STREET N/O SULPHER STREET. 90000.00 90000.00 65. IN-ROADWAY WARNING LIGHT(IRWL)PEDESTRIAN CROSSWALK LS 1 SYSTEM AT MAIN STREET AND LIBRARY STREET. 90000.00 90000.00 Subtotal Bid for Bid Schedule A PART 2: $ 2,140,961.35 3. BID SCHEDULE A-PART 3 **UTILITY IMPROVEMENTS** (Table is Applicable for Sheets 24-29) ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT COST TOTAL NO. COST GENERAL ITEMS 1 MOBILIZATION & DEMOBILIZATION (NOT TO EXCEED 5% OF LS 1 135,000.00 135,000 00 BID). 2 SITE MAINTENANCE AND BEST MANAGEMENT PRACTICE LS 1 STORM WATER&NON-STORM WATER POLLUTION CONTROL 4500.00 4500.00 f TRAFFIC CONTROL AND PUBLIC CONVENIENCE. LS 1 100 000.00 00.00 CONSTRUCTION SURVEY& RE-ESTABLISHING CLTIES& LS 1 60,000.00 60,000.0 MONUMENTS UNCLASSIFIED EXCAVATION 5. UTILITY TRENCH EARTHWORK STOCKPILING,CUT-VOLUME CY 1,522 100.00 152,200.0 6. UTILITY TRENCH BACKFILL AND GRADING, FILL-VOLUME CY 884 290.00 256.360.0 7 OFF-SITE HAULING AND DISPOSAL OF SURPLUS SOIL MATERIAL CY 838 (AS-NEEDED) 60.00 50280.00 UTILITY IMPROVEMENTS 8. TRENCH, EXCAVATE, AND INSTALL 4-2" CONDUIT UTILITY DUCT LF 10,184 BANK PER DETAIL ON SHEET C-5.1. ROADWAY UTILITY 120.00 1,222,( 80.00 TRENCHING PER CITY OF LAKE ELSINORE STD. NO.602B. 9. TRENCH, EXCAVATE, AND INSTALL 2-2" CONDUIT TO STREET LF 1,576 LIGHT PER DETAIL ON SHEET C-5.1. ROADWAY UTILITY 92.00 144,992.0 TRENCHING PER CITY OF LAKE ELSINORE STD. NO.602B. C-5 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 CITY OF LAKE ELSINORE CIP Project No. Z10075 ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST NO.10. TRENCH, EXCAVATE, AND INSTALL 2-2" CONDUIT TO PLANTER LF 2,784 FOR I.T. CONNECTION PER DETAIL ON SHEET C-5.1. ROADWAY 92.00 256,128.0 UTILITY TRENCHING PER CITY OF LAKE ELSINORE STD. NO.6026. 11. TRENCH, EXCAVATE, AND INSTALL 3" IRRIGATION SLEEVE. LF 594 IRRIGATION SLEEVES THAT ARE ALREADY EXISTING (-) ARE TO BE REPLACED OR ADDITIONAL SLEEVE INSTALLED FOR FUTURE 87.00 51,678.00 USE. 12. TRENCH, EXCAVATE, AND INSTALL 1" CONDUIT FOR LOW LF 134 VOLTAGE WIRE. ROADWAY UTILITY TRENCHING PER CITY OF 55.00 7,370.00 LAKE ELSINORE STD. NO.602B. 13. TRENCH, EXCAVATE,AND INSTALLTRAFFiC RATED HANDHOLE/ EA 25 PULL BOX PER DETAIL ON SHEET C-5.6. 1 8,000.00 450,0 0.00 14. CONSTRUCT END OF CONDUIT STUB OUT MARKER PER DETAIL EA 4 ON SHEET C-5.6. 1700.00 6,800.00 15. TRENCH, EXCAVATE, AND INSTALL 12" X 18" HANDHOLE FOR EA 8 STREET LIGHT CONNECTION PER DETAIL ON SHEET C-5.6. 1200.00 9,600.00 16. TRENCH, EXCAVATE,AND INSTALLI2"X 18" HANDHOLE FOR I.T. EA 48 CONNECTION PER DETAIL ON SHEET C-5.6, 1200.00 57,600.0 Subtotal Bid for Bid Schedule A PART 3: $ 2,694,588.00 TOTAL BID PRICE (PARTS 1-3): TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR SBA MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT $ 6,452,899.35 Total Bid Price in Numbers $_ six million four hundred fifty two thousand eight hundred nintey nine dollars and thirty five ent;, 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 (I-S) and final pay (F) quantities. (S) denotes a specialty item. The Bid Price shall include, but not be limited to, sales tax and all other applicable taxes and fees. All work described on the plans and in the specifications and other incidentals necessary to complete the project shall be paid under items above. No additional payments will be allowed. *BID MAY BE EJECTED IF TOTAL IS NOT SHOWN FOR BOTH FIGURES AND WORDS. C-6 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 CITY OF LAKE ELSINORE CIP Project No. Z10075 The undersigned agrees to enter into and execute a contract,with necessary bonds, at the unit prices set forth herein and in case of default in executing such contract, with necessary bonds, the check or bond accompanying this bid and the money payable thereon shall be forfeited thereby to and remain the property of the City of Lake Elsinore. The above unit prices include all work appurtenant to the various items as outlined in the Specifications and all work or expense required for the satisfactory completion of said items. In case of discrepancies between unit prices and totals, the unit prices shall govern. The undersigned declares that it has carefully examined the Plans, Specifications, and Contract Documents, and has investigated the site of the work and is familiar with the conditions thereon. All American Asphalt Contractor Date: Z By: Contractor's State License No.: 267073 Edward J Carlson,Vice President Class: A, C-12 Department of Industrial Relations Registration No: 1000001051 Registration Date: 8/25/2014 Expiration Date: 6/30/26 Address: 400 East Sixth St Corona, CA 92879 Phone: 951-736-7600 FAX: 951-736-7646 C-7 DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 ACKNOWLEDGMENT OF ADDENDA RECEIVED SB-1 MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10075 The Bidder shall acknowledge the receipt of addenda by placing an "X" by each addendum received. Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 If an addendum or addenda have been issued by the City and not noted above as being received by the Bidder, the Bid Proposal may be rejected. Bidder's Signature D to Edward J Carlson, Vice President Print Name Title C-8 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 CITY OF LAKE ELSINORE CIP Project No. Z10075 NON-COLLUSION AFFIDAVIT SBA MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10075 STATE OF CALIFORNIA ) Riverside ) SS COUNTY OF ) (NAME)Edward J Carlson affiant being first duly sworn, deposes and says: That he or she is Vice President of (sole owner, partner or other proper title) All American Asphalt the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further,that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associations, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham Bid. (Public Contract Code Section 7106) Address: 400 East Sixth St Corona, CA 92879 Telephone No.: 951-736-7600 Print Name:Edward J Carlson Signature: Title: Vice President Date: SIGNING INSTRUCTIONS TO THE CONTRACTOR Non-Collusion Affidavit must be accompanied by notary certificates for signature. Note the description of the document on the notary certificate. Attach notary certificate immediately followina this oaae. If the Bidder fails to properly sign or omits the required signature,the bid will be considered non-responsive and will be rejected. C-9 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 2CALIFORNIA JURAT GOV CODE § 8202 A notary public or other officer completing this certificate verifies only,the identity,of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 3rd day of May 2U Date Month By (1) Edward J. Carlson Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me SARAH AMANDA LANGLEY Notary Public•California _ Riverside County (and Commission#2337877 •. •''' My Comm.Expires Nov 20,2024 (2) Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me.) Signature� ( OPTIONAL Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document RIGHT THUMBPRINT RIGHT THUMBPRINT OF SIGNER OF SIGNER Title or Type of Document Non Collusion Affidavit uc cr Top^-�_.r^r�r��e of thumb here Document Date: 05/03/2024 Number of Pages: Signer(s)Other Than Named Above: NSA DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 BOND NO. 08597423 Bid Date: 05/09/2024 B BOND SBA MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10075 KNOW ALL MEN OR WOMEN BY THESE PRESENTS: That we All American Asphalt as PRINCIPAL, hereinafter referred to as "Contractor", and Fidelity and Deposit Company of Maryland a duly authorized corporate as "Surety," are held and firmly bound unto the City of Lake Elsinore in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Contractor above named, submitted by said Contractor to the City of Lake Elsinore for the work for said project entitled above, for the payment of which sum in lawful money of the United States, well and truly to be made, to the City of Lake Elsinore to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors,jointly and severally, firmly by these presents_ In no case shall the liability of the surety hereunder exceed the amount of Ten Percent of Total Amount Bid --- (10%of Bid) THE CONDITION OF THIS OBLIGATION IS SUCH: That whereas the Contractor has submitted the above-mentioned Bid to the City of Lake Elsinore as aforesaid for the work for said project entitled above. NOW, THEREFORE, if the aforesaid Contractor is awarded the Contract and, within the time and manner required under the Contract documents, after the prescribed forms are presented to him or her for signature, enters into a written Agreement in the prescribed form and in accordance with the Contract documents, and files two bonds with the City of Lake Elsinore, one to guarantee faithful performance and the other to guarantee payment for labor and materials, in accordance with said Contract documents, and as required by law, and files the required insurance certificate(s) in accordance with said Contract documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and effect until execution of the Agreement or forfeiture pursuant to the Provisions of Sections 20172 and 20174 of the Public Contract Code. In the event suit is brought upon this bond by the City and judgment is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixed by the court. (SIGNATURE PAGE FOLLOWS) C-10 DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached.and not the truthfulness.accuracv.or validity ofthat document. State of California County of Riverside On May 3, 2024 before me, Sarah Amanda Langley, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Namefatof Signertsf 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 SARAH AMANDA LANGLEY and acknowledged to me that he/she4hey executed the same in Notary Public California his/he4their authorized capacity(ies), and that by his/herA heir € : - Riverside County Commission x 2337877 signature(s)on the instrument the person(s), or the entity upon behalf My Comm.Expires Nov 20,2024 of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESfllpy Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bld Bond Document Date: 05/02/2024 Number of Pages: 3 Signer(&)Other Than Named Above: Rebecca Haas-Bates, Attorney in Fact Capacity(im)Claimed by Signer(&) Signer's Name: Edward J. Carlson Signer's Name: N/A ❑Individual ❑ Individual X Corporate Officer—Title(s): Vice President ❑Corporate Officer—Title(s). N/A ❑ Partner:_ ❑ Limited❑ General ❑ Partner ❑ Limited ❑General ❑Attorney in Fact OF SIGNER ❑Attorney in Fact I OF SIGNER ❑Trustee Top of thumb here ❑Trustee Top of thumb here ❑Other: ❑Other: N/A Signer is Representing: Signer is Representing: All American Asphalt DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 BIDDER'S BOND SIGNATURE PAGE SB-1 MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10075 IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 2nd day of May . 20 24 BIDDER: CORPORATE SURETY: Contractor Name: All American Asphalt Company Name: Fidelity and Deposit Company of Maryland Address: 400 East Sixth Street Address: 777 S. Figueroa Street, Suite 3900 Corona, CA 92879 Los Angeles, CA 90017 Telephone No.: (951) 736-7600 Telephone No.: (213) 270-0600 Print Name: �cTuiL nn Print Name: Rebecca Haas-Bates Title: \J-Ux, ��' . S 1���'1' Title: Attorney-in-Fact Signature: Signature: Date: SI3�I Z� Date: May 2, 2024 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-11 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of Califomia ) County of Orange ) On 05/02/2024 before me, Alma Karen Hernandez,Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas-Bates NameKof Signerj* who proved to me on the basis of satisfactory evidence to be the persona} whose name(!* is/are subscribed to the within instrument and acknowledged to me that fwjshe/they executed the same in his/her/thelr authorized capacity, and that by his/her/their signature�4on the instrument the person(*, or the entity upon behalf of which the persons)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. a�Ma KARE,N HE,R,NANCEZ WITNESS my hand and official Notary Public-California = - Oranse County = Commission;2390908 My Comm.Expires Jan 16. 2026 Signature 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: Bid Bond Document Date: 05/02/2024 Number of Pages: Two 2 Signer(s) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: Rebecca Haas-Bates Signer's Name: CI Corporate Officer — Title(s): ❑Corporate Officer — Title(s): E Partner — ❑ Limited ❑General ❑ Partner — ❑ Limited ❑ General ❑ Individual W Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: Fidelity and Deposit Company of Maryland ©2014 National Notary Association -www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item #5907 DocuSign Envelope ID: 1 DI 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may,by written instrument under the attested corporate seal,appoint attomeys-in-fact with authority to execute bonds,policies,recognizances, stipulations,undertakings,or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1,the undersigned,Vice President of the ZURICH AMERICAN INSURANCE COMPANY,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duty called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 2nd day of May 2024 ,•QGpwrlrllp ��P``'�pNH 111 rrrN/q,1NSu SW co ,wanyeq;,, •°Q•�'S' 4*a�4; '"�'uco"ru%; ,F oQppc 4 QPOg4pO,�PgOgge!1 SEAL 'SEAL" Thomas O.McClellan Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfc lai msl&zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bon dvalidator.zurichna.com or 410-559-8790 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 CITY OF LAKE ELSINORE CIP Project No. Z10075 LIST OF SUBCONTRACTORS SB-1 MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY& INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10075 The bidder is required to fill in the following blanks in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Chapter 2 of Division 5, Title 1 of the Government Code of the State of California) and should familiarize itself with Sections 2-3 of the Standard Specifications. Name Under Which Subcontractor is Licensed: Case Land Survey License Number: L5411 Address of Office, Mill or Shop: 614 N. Eckhoff St, Orange, CA 92868 Specific Description of Sub-Contract: and Bid Items of Work: Survey Name Under Which Subcontractor is Licensed: Granstorm Masonry, Inc License Number: 629489 Address of Office, Mill or Shop: P.O Box 7041 Torrance,CA Specific Description of Sub-Contract: and Bid Items of Work PAVERS Name Under Which Subcontractor is Licensed: Elecnor Belco License Number: 738518 Address of Office, Mill or Shop: 14320 Albers Way Chino, CA 91710 Specific Description of Sub-Contract: and Bid Items of Work: ELECTRICAL Name Under Which Subcontractor is Licensed: Interstate Striping License Number: 1087140 Address of Office, Mill or Shop: Specific Description of Sub-Contract: and Bid Items of Work: 9784 POPLAR AVE FONTANA,CA 92335 STRIPE 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-12 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 CITY OF LAKE ELSINORE CIP Project No. Z10075 LIST OF SUBCONTRAQTORS SBA MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY& INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10075 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: KATO LANDSCAPE License Number: 806122 Address of Office, Mill or Shop: 18182 Bushard St Fountain Valley, CA 92708 Specific Description of Sub-Contract: and Bid Items of Work: COBBLESTONE Name Under Which Subcontractor is Licensed: MD Rubberized Crackfiller License Number: 986686 Address of Office, Mill or Shop: 32 Rancho Circle Lake Forest, CA Specific Description of Sub-Contract: and Bid Items of Work Crack Seal Name Under Which Subcontractor is Licensed: PAINT BLAST US License Number: 1084260 Address of Office, Mill or Shop: PO BOX 1196 SUNSET BEACH, CA 90742 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-12 DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No_ Z10075 REFERENCE SB-1 MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10076 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) City of Monterey Park Address 320 W. NEWMARK AVE MONTEREY PARK, CA 91754 Project Title 2023 Street Rehabilitation Project Project Location montery park Type of Work Street Rehabilitation Project Manager Contact Anthony Bendezu Phone626-3074-1283 Dated Completed 12/2023 Contract Amount 6,865,699.00 2. Name (Firm/Agency) City of Ontario Address 303 EAST B STREET, ONTARIO, CA 91764 Project Title 2023 Fall Pavement Rehab Project Project Location ontario,ca Type of Work Pavement Rehab Project Manager Contact Leonard Lui Phone909-295-2401 Dated Completed 11/2023 Contract Amount 4,569,222.00 3. Name (Firm/Agency) City of Westlake Village Address 31200 Oak Crest Dr.v Westlake Village, CA 91361 Project Title Dales Dr. and Parkridge ave Street Improvement Project Location WESTLAKE VILLAGE, CA Type of Work street improvement Project Manager Contact Roxanne Hughes Phone805-890-8885 Dated Completed 6/2022 Contract Amount 1,025,336.00 C-13 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 CITY OF LAKE ELSINORE CIP Project No. Z10075 List any other projects(private, older than three (3)years, etc.) that may represent qualifying or similar experience: 4. Name (Firm/Agency) Address **SEE ATTACHED RECENT CONSTRUCTION PROJECTS COMPLETED Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount 5. Name (Firm/Agency) Address **SEE ATTACHED RECENT CONSTRUCTION PROJECTS COMPLETED ** Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount 6. Name (Firm/Agency) Address **SEE ATTACHED RECENT CONSTRUCTION PROJECTS COMPLETED ** Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount C-14 DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 2023 PAST WORK REFERENCES City of Loma Linda Pavement Rehab. at Various Locations 25541 Barton Road Contract Amount: $1,476,363.00 Loma Linda,CA 92354 Start Date:9/1/2023 Manhattan Beach,CA 90266 End Date: 12/2023 Contact:Jarb Thaipejr(909)799-2811 ithaipeir@lomalinda-ca.gov Euclid Land Venture, LLC Merrill Ave. Street Widening 4450 Macarthur Blvd.,Ste 100 Contract Amount: $915,915.00 Newport Beach, CA 92693 Start Date: 4/2022 Contact: Scott Kendall (949) 783-5341 End Date: 2/2023 khaymes@)ranchomv.com City of Aliso Viejo FY22-23 Slurry Seal & Rehab Project 12 Journey Ste#100 Contract Amount: $1,595,650.00 Allso Viejo,Va 92656 Start Date: 5/2022 Contact:Shaun Pelletier(949)425-2531 End Date:5/2023 speiletier@avcity.org RMV Realty,Inc. PA 3.2A Street Improvement 28811 Ortega HWY Contract Amount:$1,244,244.00 San Juan Capistrano, CA 92693 Start Date: 4/2022 Contract:Jeff Ford (949)413-8899 End Date:8/2023 jford@ranchomv.com Cityof Monterey Park 2023 Street Rehabilitation Y Project 320 W. Newmark Avenue Contract Amount: $6,86S,699.00 Monterey Park, CA 91754 Start Date: 8/2023 Contact:Anthony Bendezu (626)307-1283 End Date: 12/2023 abendezy_Pmontereypark.ca.gov DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 2023 PAST WORK REFERENCES City of Fullerton Brookhurst Rd.,SR91 St. Rehab 303 W.Commonwealth Ave Contract Amount:$325,825.00 Fullerton,CA 92632 Start Date: 5/2023End Date: 12/2023 Contact: Pete Acosta,Jr. (714)738-6871 PeteA@cityoffullerton.com City of Ontario 2023 Fall Pavement Rehabilitation Project 303 East B Street Contract Amount: $4,569,222.00 Ontario,CA 91764 Start Date: 08/2023 Contact; Leonard Lui (909)295-2401 End Date: 11/2023 LLui@ontarioca.gov. City of Riverside Permanent Trench Resurfacing 2900 Main St. Contract Amount:$455,150.00 Riverside, CA 92522 Start Date:1/2023End Date: 6/2023 Contact: Maria Lamping(951)826-5146 mlamping@riversideca.gov City of Ontario Chino & Montclair Area Variours Roads 825 East Third Street Overlay Project San Bernardino,CA 92415 Contract Amount:$5,639,575.88 Contact:Samuel E. Nicorici (909)387-7960 Start Date:9/2022 bdavis@newportbeachca.gov End Date:7/2023 City of Costa Mesa Slurry Seal Project 77 Fair Drive Contract Amount:$2,828,001.50 Costa Mesa, CA 926Z6 Start Date:1/2022 Contact: Irina Gurovich (714)754-5324 End Date:7/2023 Irina.gurovich@costamesaca_.gov DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 2022 PAST WORK REFERENCES City of Manhattan Beach Slurry Seal of Central Area of Sands Section 1400 Highland Ave. Contract Amount:$673,275.00 Manhattan Beach,CA 90266 Start Date: 12/2021 Contact: Bianca Cardenas(310)802-5357 End Date: 7/2022 bcardenasCeDmanhattanbeach.gov RMV Realty, Inc. Planning Area 3.1 Street Improvement 28811 Ortega Hwy Contract Amount:$3,996,996.00 San Juan Capistrano,CA 92693 Start Date:4//2021End Date:4/2022 Contact: Kelly Haymes khaymes@ranchomv.com City of Westlake Village Dales Dr. and Parkridge Ave Street Improv. 31200 Oak Crest Dr. Amount:$1,025,336.00 Westlake Village, CA 91361 Start Date: 5/2022End Date: 6/2022 Contact: Roxanne Hughes(805)890-8885 rhughes@wiildan.com Local Residential St. Improv. Project City of Burbank Contract Amount:$7,761,320,00 275 E Olive Start Date: 1/2022 Burbank,CA 91502 End Date: 12/2022 Contact:Artin Megerdichian (818) 238-3942 amegerdichian@burbankca.gov City of Highland Pavement Management Program 27215 Base Line St. Contract Amount:$2,082,099.00 Start Date: 10/2021 Highland, CA 9234 Contact:Amanda Perez (909)864-6861 End Date: 12/2022 I aperez@cityofhighland.org Toll Bros, Inc. The Metro Heights a 725 W.Town &Country Road,Ste 200 Contract Amount:$2,675,250.00 Orange,CA 92868 Start Date: 11/2021 Contact: Brandon Haskell(714)347-1360 End Date:4/2022 j bhaskell@tollbrot hers.corn i DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 2021 PAST WORK REFERENCES Colony Commerce Archibald St. Improvements C/O Caprock Partners Contract Amount: $1,949,000.00 1300 Dove Street Suite 200 Start: 1212019 Newport Beach, CA 92660 Completed:1212021 Contact: Eric Nutter(949)428-1400 Ext.209 enutter@moote.com Lennar Homes Merrill&Haven Street Improvement 25 Enterprise#300 Contract Amount: $1,481,832.15 Aliso Viejo,CA 92656 Start: 6/2020 Contact:Diane Hannon (949)349-8000 Completed: 1212021 Diane.hannorQ-Le mi&om City of Norco Wayne Makin Park Slurry Seal Project 2870 Clark Ave. Contract Amount:$52,725.89 Norco,CA 92860 Start: 10/2021 Contact.Todd Shank(951)270-5603 Completed: 12/2021 TQdd. hank@norco.ca.us Los Angeles Department of Water and Power Pine Tree Power Plant Access Road Repair 111 North Hope Street, L-43 Improvements Los Angeles,Ca 90012 Contract Amount:$810,400.00 Contact:Joelle Morisseau (213) 367-0123 Start: 5/2021 JQelle.m9ri-neaur@LAD-WP com Completed:7/2021 City of Dana Point Slurry Seal Project 19/20 33282 Golden Lantem Contract Amount:$1,897,897.00 Dana Point, CA 92629 Start: 04/2020 Contact:Scott Fisher(949)248-3577 Completed: 05/2021 sfisher@DannaP t o-rg DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 2021 PAST WORK REFERENCES City of Corona Street Pavement Maintenance 400 South Vicentia & Rehab. Project No.2020.01 Corona,CA 92852 Contract Amount: $3,471,178.00 Contact:Barry Ghaemi(951)736-2400 Start:6/2021 bghaem_i@Coronaca.gov. Completed:1/2022 City of Anaheim State College Boulevard Improvement 200 S.Anaheim Boulevard from Ball Road to SR 91 Freeway Anaheim,CA 92805 Contract Amount:$484,848.00 Contact:Jose Cortez(714)765-5039 Start:8/2021 jcortezig�anahelnnet Complete:4/2022 County of Orange Rossmoor Collectors Grind&Overlay 601 North Ross Street Contract Amount:$2,148,320.90 Santa Ana,CA 92701 Start:412021 Contact:Stephen Clayton (714) 995-0206 Complete: 12/2021 Stephen.c -yttan_@ocpw.ocgov.com City of Norwalk Local Streets Rehabilitation 12700 Norwalk Blvd. Zone 27 East of Gard-No.7925.3 Norwalk,CA 90650 Contract Amount:$1,051,330.00 Glen W.C. Kau (562)929-5723 Start:6/2021 gka-a@norwa1kQaLg«v Completed: 12/2021 City of Garden Grove Arterial STS. Rehabilitation 11222 Acacia Pkwy Contract Amount:$3,185,281.00 Garden Grove,CA 92840 Start:6/2022 Navin Maru(714) 741-5180 Complete: 12/2021 nmaru@ggcity.org DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 2020 PAST WORK REFERENCES City of Ontario 2020 Fail Pavement Rehabilitation Project 303 East B Street Contract Amount: $2,499,333.00 Ontario, CA 91764 Start Date: 07/2020 Contact: Ariana Kern (909) 395-2129 End Date: 12/2020 akem(�ontarioca.gov Pavement Rehabilitation— Barton Road City of Loma Linda Contract Amount: $768,677.00 25541 Barton Road Start Date: 04/2020 Loma Linda, CA 92354 End Date: 12/2020 Contact: T. Jarb Thaipejr (909) 799-4400 thai e'r lomalinda-ca. ov Granite Hill Drive Pavement Rehabilitation City of Jurupa Valley Contract Amount: $999,777.00 8920 Limonite Avenue Start Date: 04/2020 Jurupa Valley, CA 92509 End Date: 10/2020 Contact: Chase Keys (951) 332-6464 cke s iuru avalle .or JOC Pavement Maintenance County of Orange Contract Amount: $2,584,747.69 601 N. Ross Street, 4t' Floor Start Date: 0712020 Santa Ana, CA 92701 End Date: 08/2020 Contact: Albert Rodriguez(714) 667-8800 albert.rodri-quez@ocow.ocqov.com Annual Residential Street Rehabilitation— City of Compton Phase 1 205 S. Willowbrook Avenue Contract Amount: $5,295,068.00 Compton, CA 90220 Start Date: 05/2020 Contact: Brittany Duhn (310) 605-5505 End Date: 11/2020 bduhnCazandkconsultants_com Arterial Rehabilitation of Graham St, Slater City of Huntington Beach Ave, Newland St and Atlanta Ave 2000 Main Street Contract Amount: $5,181,955.00 Huntington Beach, CA 92648 Start Date: 0512020 Contact: Joe Fuentes (714) 536-5259 End Date: 11/2020 ifuentes surfcit -hb.or I DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 i 2020 s PAST WORK REFERENCES I i i Cameo Highlands Street Reconstruction City of Newport Beach Contract Amount: $2,425,694.00 l 100 Civic Center Drive Start Date: 07/2020 Newport Beach, CA 92660 End Time: 11/2020 Contact: Patricia Kharazmi (949) 644-3344 i kharazmi new ortbeachca. ov i I Citywide Overlay Street Improvements City of Westminster Contract Amount: $1,131,621 6200 Westminster Boulevard Start Date: 02/2020 Westminster, CA 92683 End Date: 0612020 Contact: Theresa Tran (714) 548-3460 ttran@westminster.ca.gov Final Paving of Pennsylvania Ave Crescenta Valley Water District Contract Amount: $82,620.00 2700 Foothill Boulevard Start Date: 02/2020 La Crescenta-Montrose, CA 91214 End Date: 04/2020 Contact: Brook Yared (818) 236-4117 byared a(}.cvwd.com i 2020 HUD Street Improvements Project City of Alhambra Contract Amount: $300,433.00 111 S. 1 st Street Start Date: 06/2020 Alhambra, CA 91801 End Date: 1012020 Contact: Robert Bias (626) 580-5000 rbias(a)cityofalhambra.or Yerba Buena Rd. (South) Pavement County of Ventura Resurfacing 800 S. Victoria Avenue,#1600 Contract Amount: $2,298,467.40 Ventura, CA 93009 Start Date: 03/2020 Contact: Matt Maechler (805) 477-1911 End Date: 06/2020 matthew.maechler(cDventura.org I Earl Joseph Drive Paving City of Camarillo Contract Amount: $681,901.50 601 Carmen Drive Start Date: 06/2020 Camarillo, CA 93010 End Date: 0712020 Contact: Thang Tran (805) 388-5345 ttran@cityofcamarillo.orq DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 2019 PAST WORK REFERENCES Pardee Homes Railroad Canyon Widening 1250 Corona Pointe Court,Ste. 600 Contract Amount:$5,062,746.00 Corona,CA. 92879 Start Date: 11/2018 Contact: Nick Lasher(951)428-4442 End Time:08/2019 nick.lasher@pardeehomes.com City of Fontana Citrus Avenue Improvements 8353 Sierra Avenue Contract Amount:$502,730.00 Fontana,CA.92335 Start Date:08/2018 Contact: Kimberly Young(909)350-7632 End Date: 10/2019 kyoung@fontana.org DR Horton Singlton Road 2280 Wardlow Circle Ste. 100 Contract Amount:$1,684,000.00 Corona,CA.92880 Start Date:07/2018 Contact: Keith Alex(951)830-5872 End Date: 12/2019 kalex@drhorton.com Irvine Community Development Company Portola Springs PA-6 Enclave 513 Phasel,2 550 Newport Center Dr. Ste.550 B2 Contract Amount:$2,055,055.00 Newport Beach, CA.92660 Start Date:09/2018 Contact: Mike Morse(949)720-2560 End Date: 12/2019 mmorse@irvinecompany.com City of Downey FY 18/19 Slurry Seal Project 11111 Brookshire Avenue Contract Amount:$313,425.87 Downey,CA.90241 Start Date:06/2019 Contact: Desi Gutierrez,(562)904-7120 End Date: 12/2019 dgutierr@downeyca.org DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 CONTRACTOR INFORMATION SB-1 MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10075 Contractor's License No.: 267073 Class: A, C-12 a. Date first obtained: 1/19/71 Expiration 1/31/2026 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? **N/A** If yes, describe claims: Principals in Company (List all—attach additional sheets if necessary): HM TITLE LICENSE NO. (If Applicable) Mark Luer President 267073 Edward J Carlson Vice President 267073 Michael Farkas Secretary 267073 C-15 DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 VIOLATIONS OF FEDERAL, STATE OR LOCAL LAWS SB-1 MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10076 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/#b (circle one) Federal / State/ Local (circle one) If"YES," identify and describe, (including agency and status): 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 /QZ� (circle one) Code/Laws: Section/Article: If"yes," identify and describe, (including agency and status): 3. Has Bidder been "default terminated" by an owner(other than for convenience), or has a Surety completed a contract for Bidder within the last five (5) years? YES / t (circle one) If"yes," please explain: 4. Has Bidder been cited more than twice for failure to pay prevailing wages in the last five (5) years?YES / Q (circle one) If"yes," please explain: C-16 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 CITY OF LAKE ELSINORE CIP Project No. Z10075 Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Signature Date Edward J Carlson, Vice President Print Name Title All American Asphalt Contractor Name C-17 DocuSign Envelope ID: 1D17CC67-5975-4FCA-81D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 DISQUALIFICATION OR DEBARMENT SB-1 MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10075 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 / (;b (circle one) If yes, provide the following information (if more than once, use separate sheets): Date: Entity: **N/A** Location: Reason: Provide Status and any Supplemental Statement: Has your firm been reinstated by this entity? YES / NO (circle one) Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Signature Date Edward J Carlson, Vice President Print Name Title All American Asphalt Contractor Name If the Bidder fails to properly sign or omits the required signature, the bid will be considered non-responsive and will be rejected. C-18 DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 UTILITY AGREEMENT SBA MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10075 HONORABLE MAYOR AND CITY COUNCIL CITY OF LAKE ELSINORE, CALIFORNIA The undersigned hereby promises and agrees that in the performance of the work specified in this contract for Project No. Z10059, SB-1 MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY &INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT, (1) (we) (it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary, primary or transmission facilities. The term "Qualified person" is defined in Title 8, California Administrative code, Section 2700, as follows: Qualified Person: A person who by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. By: Edward J Carlson Name Vice President Title All American Asphalt Contractor Name C-19 DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 CITY OF LAKE ELSINORE CIP Project No. Z10075 PUBLIC CONTRACT CODE SB-1 MAIN STREET PAVEMENT REHABILITATION, PEDESTRIAN SAFETY & INFORMATION TECHNOLOGY INFRASTRUCTURE PROJECT CIP PROJECT NO. Z10075 Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285. (Chapter 376, State. 1985), the bidder hereby declares under penalty of perjury under the laws of.he State of California that the bidder has , has not x been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after"has" or"has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation: Yes No X If the answer is yes, explain the circumstances in the following space. Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediate preceding two-year period because of the Contractor's failure to comply with an order of federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. S 312-q Signature Date Edward J Carlson Vice President Print Name Title All American Asphalt Contractor Name C-20 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 75/31/2024 E(MM/DDYYY) A�" CERTIFICATE OF LIABILITY INSURANCE /Y 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: Certificates Department Edgewood Partners Insurance Center PHONE FAX P.O. Box 5003 A/C No Ext: 559-451-3200 A/C No: 925-901-0671 E-MAIL San Ramon, CA 94583 ADDRESS: EPICCertS e icbrokers.com INSURER(S)AFFORDING COVERAGE NAIC# www.epicbrokers.com CA LICENSE#01329370 INSURERA: Arch Specialty Insurance Company 21199 INSURED INSURERB: Zurich American Insurance Company 16535 All American Asphalt INSURERC: Great American Insurance Company 16691 P.O. Box 2229 Corona CA 92878 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 80303468 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/DD/YYYY MM/DD/YYYY A ,i COMMERCIAL GENERAL LIABILITY DPC100585607 8/1/2023 8/1/2024 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE ✓ OCCUR PREMISES Ea occurrence $100,000 MED EXP(Any one person) $ PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ✓❑ PRO- JECT ❑ LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY BAP557108811 8/1/2023 8/1/2024 Ead a. en1SINGLELIMIT $2000,000 ✓ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE ✓ AUTOS ONLY ✓ AUTOS ONLY Per accident) ccident $ C UMBRELLA LIAB ✓ OCCUR TUE347483603 8/1/2023 8/1/2024 EACH OCCURRENCE $5,000,000 ✓ EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED ✓ RETENTION$10,000 Following-Form $ B WORKERS COMPENSATION WC593205710 8/1/2023 8/1/2024 ✓ STATUTE EERH AND EMPLOYERS'LIABILITY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (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 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CIP Project No.Z10075/RE:SB-1 Main Street Pavement Rehabilitation, Pedestrian Safety&Information Technology Infrastructure Project/ Certificate Holder is Additional Insured if Required by Written Contract Excluding Workers Compensation CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Clty of Lake Elsinore THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 130 South Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Lake Elsinore CA 92530 AUTHORIZED REPRESENTATIVE Maleah Cantrell ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 80303468 123[011 Standard with$5mm XS I Siera Landreth 15/31/2024 1:18:39 PM(PDT)I Page 1 of 11 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 19WHINTo: Whom it may concern PO Box 5003 Regarding: Notice of Cancellation San Ramon, CA 94583 Date Issued: 5/31/2024 Phone: 925.244.7700 Fax: 925.901-0244 Email: EPICcerts@epicbrokers.com Named Insured(s): All American Asphalt Policy Number(s): DPC100585607 BAP557108811 CERTIFICATE HOLDER: WC593205710 TU E347483603 City of Lake Elsinore 130 South Main Street Lake Elsinore CA 92530 Should the above described policy be cancelled before the expiration date thereof, we will mail 30 days written notice to the above referenced Certificate Holder; except, 10 days notice for non-payment of premium. Sincerely, Maleah Cantrell epicbrokers.com edgewood partners insurance center ca license OB29370 80303468 123[01]Standard with$5mm XS I Stern Landreth 15/31/2024 1:18:39 PM(PDT)I Page 2 of 11 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location(s) Of Covered Operations Or Organization(s): Any person or organization where the Named Any location where required by written contract or Insured has agreed to add as an additional insured agreement, provided the contract or agreement is by written contract or agreement, provided the executed prior to any'occurrence" or offense. contract or agreement is executed prior to any "occurrence" or offense Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is broader than that which you are amended to include as an additional required by the contract or insured the person(s) or organization(s) agreement to provide for such shown in the Schedule, but only with additional insured. respect to liability for "bodily injury", "property damage" or "personal and B. With respect to the insurance afforded to advertising injury' caused, in whole or in these additional insureds, the following part, by: additional exclusions apply: 1. Your acts or omissions; or This insurance does not apply to "bodily injury" or "property damage" occurring 2. The acts or omissions of those after: acting on your behalf; 1. All work, including materials, parts in the performance of your ongoing or equipment furnished in operations for the additional insured(s) at connection with such work, on the the location(s)designated above. project (other than service, maintenance or repairs) to be However: performed by or on behalf of the additional insured(s) at the location 1. The insurance afforded to such of the covered operations has been additional insured only applies to completed; or the extent permitted by law; and 2. That portion of "your work" out of 2. If coverage provided to the which the injury or damage arises additional insured is required by a has been put to its intended use by contract or agreement, the any person or organization other insurance afforded to such than another contractor or additional insured will not be subcontractor engaged in CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 80303468 123[01]Standard with$5mm XS I Stern Landreth 15/31/2024 1:18:39 PM(PDT)I Page 3 of 11 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 performing operations for a 1. Required by the contract or principal as a part of the same agreement; or project. 2. Available under the applicable C. With respect to the insurance afforded to Limits of Insurance shown in the these additional insureds, the following is Declarations; added to Section III — Limits Of Insurance: whichever is less. If coverage provided to the additional This endorsement shall not increase the insured is required by a contract or applicable Limits of Insurance shown in agreement, the most we will pay on behalf the Declarations. of the additional insured is the amount of insurance: All other terms and conditions of this policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC100585607 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2023 REFERENCE: SCHEDULE: CIP Project No.Z10075/RE:SB-1 Main Street Pavement the City of Lake Elsinore,its elected or appointed officers,officials, Rehabilitation, Pedestrian Safety&Information Technology employees or agents. Infrastructure Project/ CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 2 of 2 80303468 123[01]Standard with$5mm XS I Stern Landreth 15/31/2024 1:18:39 PM(PDT)I Page 4 of 11 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization where the Named Insured All locations where required by contract. has agreed to add as an additional insured by written contract or agreement, provided the contract or agreement is executed prior to any 'occurrence" or offense Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is additional insured. amended to include as an additional insured the person(s) or organization(s) B. With respect to the insurance afforded to shown in the Schedule, but only with these additional insureds, the following is respect to liability for "bodily injury" or added to Section III — Limits Of "property damage" caused, in whole or in Insurance: part, by "your work" at the location designated and described in the Schedule If coverage provided to the additional of this endorsement performed for that insured is required by a contract or additional insured and included in the agreement, the most we will pay on behalf "products-completed operations hazard". of the additional insured is the amount of insurance: However: 1. Required by the contract or 1. The insurance afforded to such agreement; or additional insured only applies to the extent permitted by law; and 2. Available under the applicable Limits of Insurance shown in the 2. If coverage provided to the Declarations; additional insured is required by a contract or agreement, the whichever is less. insurance afforded to such additional insured will not be This endorsement shall not increase the broader than that which you are applicable Limits of Insurance shown in required by the contract or the Declarations. agreement to provide for such CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 80303468 123[01]Standard with$5mm XS I Stern Landreth 15/31/2024 1:18:39 PM(PDT)I Page 5 of 11 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 All other terms and conditions of this Policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC100585607 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2023 REFERENCE: SCHEDULE: CIP Project No.Z10075/RE:SB-1 Main Street Pavement the City of Lake Elsinore,its elected or appointed officers,officials, Rehabilitation,Pedestrian Safety&Information Technology employees or agents. Infrastructure Project/ CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 2 of 2 80303468 123[01]Standard with$5mm XS I Stern Landreth 15/31/2024 1:18:39 PM(PDT)I Page 6 of 11 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (1) The additional insured is a Named Condition and supersedes any provision to the Insured under such other insurance; contrary: and Primary And Noncontributory (2) You have agreed in writing in a Insurance contract or agreement that this insurance would be primary and This insurance is primary to and will not would not seek contribution from seek contribution from any other any other insurance available to the insurance available to an additional additional insured. insured under your policy provided that: All other terms and conditions of this policy remain unchanged. REFERENCE: SCHEDULE: CIP Project No.Z10075/RE:SB-1 Main Street Pavement the City of Lake Elsinore, its elected or appointed officers,officials, Rehabilitation, Pedestrian Safety&Information Technology employees or agents. Infrastructure Project/ Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC100585607 Named Insured:All American Asphalt Endorsement Effective Date:08/01/2023 CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 80303468 123[01]Standard with$5mm XS I Stern Landreth 15/31/2024 1:18:39 PM(PDT)I Page 7 of 11 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization where the waiver of our right to recover is permitted by law and is required by written contract or agreement, provided the contract or agreement is executed prior to any occurrence or offense Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer for injury or damage arising out of your ongoing Of Rights Of Recovery Against Others To Us operations or "your work" done under a contract of Section IV—Conditions: with that person or organization and included in the "products-completed operations We waive any right of recovery we may have hazard". This waiver applies only to the person against the person or organization shown in the or organization shown in the Schedule above. Schedule above because of payments we make All other terms and conditions of this policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: DPC100585607 Named Insured:All American Asphalt Endorsement Effective Date: 08/01/2023 REFERENCE: SCHEDULE: CIP Project No.Z10075/RE:SIB-1 Main Street Pavement the City of Lake Elsinore,its elected or appointed officers,officials, Rehabilitation, Pedestrian Safety&Information Technology employees or agents. Infrastructure Project/ CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 80303468 123[01]Standard with$5mm XS I Stern Landreth 15/31/2024 1:18:39 PM(PDT)I Page 8 of 11 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 5/31/2024 POLICY NUMBER: BAP557108811 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are "insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: All American Asphalt Endorsement Effective Date:08/01/2023 SCHEDULE Name Of Person(s)Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but SCHEDULE: only to the extent that person or organization qualifies the City of Lake Elsinore,its elected or appointed officers,officials, as an "insured" under the VVho Is An Insured provision employees or agents. contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 80303468 123[01]Standard with$5mm XS I Stern Landreth 15/31/2024 1:18:39 PM(PDT)I Page 9 of 11 DocuSign Envelope ID: 1 D1 7CCB7-5975-4FCA-8D31-E61 B7601 CE59 5/31/2024 POLICY NUMBER: BAP557108811 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2023 SCHEDULE Name(s) Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the SCHEDULE: person(s) or organization(s) shown In the Schedule, the City of Lake Elsinore, its elected or appointed officers,officials, but only to the extent that subrogation is waived prior employees or agents. 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 80303468 123[01]Standard with$5mm XS I Stern Landreth 15/31/2024 1:18:39 PM(PDT)I Page 10 of 11 DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-- CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 0 . 00 % of the California workers' compensation pre- mium otherwise due on such remuneration. Schedule Person or Organization Job Description ALL PERSONS AND/OR ALL CA OPERATIONS ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION SCHEDULE: REFERENCE: CIP Project No.Z10075/ RE: SB-1 Main Street the City of Lake Elsinore, its elected or appointed Pavement Rehabilitation, Pedestrian Safety & officers, officials, employees or agents. Information Technology Infrastructure Project/ Policy Number: WC593205710 Named Insured: All American Asphalt Endorsement Effective Date: 08/01/2023 WC 252(4-84) WC 04 03 06(Ed.4-84) Page 1 of 1 80303468 123[oil Standard with$5mm XS I Siera Landreth 15/31/2024 1:18:39 PM(PDT)I Page 11 of 11 DocuSign Envelope ID: 1D17CCB7-5975-4FCA-8D31-E61B76010E59 BUSINESS LICENSE CITY OF LAKE ELSINORE This business license is issued for revenue purposes only and does not grant authorization Administrative Services-Licensing to operate a business. This business license is issued without verification that the holder is 130 South Main Street, Lake Elsinore, CA 92530 subject to or exempted from licensing by the state, county, federal government, or any PH (951)674-3124 other governmental agency. Business Name: ALL AMERICAN ASPHALT BUSINESS LICENSE NO. 001333 Business Location: PO BOX 2229 Business Type: GENERAL ENGINEERING CONTRACTOR CORONA,CA 92878-2201 Owner Name(s): MARK LUER Issue Date: 2/1/2024 Expiration Date: 1/31/2025 ALL AMERICAN ASPHALT PO BOX 2229 CORONA,CA 92878-2201 Starting January 1, 2021, Assembly Bill 1607 requires the prevention of gender-based discrimination of business establishments. A full notice is available in English or other languages by going to:https://www.dca.ca.gov/publications/ TO BE POSTED IN A CONSPICUOUS PLACE THIS IS YOUR LICENSE • NOT TRANSFERABLE WcuSign Certificate Of Completion Envelope Id: 1 D17CCB759754FCA8D31 E61 B7601 CE59 Status:Completed Subject:Complete with Docusign:CC Approved Main St Ped Safety Agreement.pdf Source Envelope: Document Pages:56 Signatures:5 Envelope Originator: Certificate Pages:5 Initials:0 Nicole McCalmont AutoNav: Enabled 130 S. Main Street Envelopeld Stamping: Enabled Lake Elsinore,CA 92530 Time Zone: (UTC-08:00)Pacific Time(US&Canada) nmccalmont@lake-elsinore.org IP Address:47.180.22.242 Record Tracking Status:Original Holder:Nicole McCalmont Location: DocuSign 5/31/2024 2:43:04 PM nmccalmont@lake-elsinore.org Signer Events Signature Timestamp Shannon Buckley by: Sent:5/31/2024 3:01:54 PM sbuckley@lake-elsinore.org EDICUSig"Id �adnlnAln Viewed:5/31/2024 3:14:00 PM Y 9er Assistant City Manager 678FB35A1E42495... Signed:5/31/2024 3:15:08 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:5/31/2024 3:14:00 PM ID:7cd35e73-cbd3-4c4e-9dd3-88fdbb5bc3b3 Barbara LeiboldSent:5/31/2024 3:15:10 PM E,*.,,,Sil"ld aa.fayaa�.4a4 dbarbara@cega.com Viewed:6/2/2024 3:26:53 PM City Attorney A, by: 6D9096AF48c... Signed:6/2/2024 3:27:17 PM Security Level: Email,Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 174.202.1.217 Signed using mobile Electronic Record and Signature Disclosure: Accepted:6/2/2024 3:26:53 PM ID:cfa7fa8d-2725-4c5e-bbe9-ee145dOdbe43 Ed Carlson /I , by: Sent:6/2/2024 3:27:19 PM ecarlson@allamericanasphalt.coma CaV�Sbin Resent:6/6/2024 10:51:29 AM Vice President ED,c"Si,",d 77B59AAECSSA45A Resent:6/11/2024 1:51:16 PM All American Asphalt Viewed:6/11/2024 2:24:19 PM Signature Adoption: Pre-selected Style Security Level: Email,Account Authentication Signed:6/11/2024 2:24:21 PM (None) Using IP Address: 198.24.228.34 Electronic Record and Signature Disclosure: Accepted:6/5/2024 11:30:42 AM ID:c2e65438-18ab-4202-b4d0-28a5ce0fdeea Jason Simpson °`"Signed by: Sent:6/11/2024 2:24:23 PM jsimpson@lake-elsinore.org ED aSOIn iPSbin Viewed:6/11/2024 3:39:28 PM City Manager 1F551F63E6FE412 Signed:6/11/2024 3:39:32 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:6/11/2024 3:39:28 PM ID:578afc6a-7223-4294-ba42-c0ad4fc3ad70 Signer Events Signature Timestamp Candice Alvarez EDOCUS1111d by Sent:6/11/2024 3:39:34 PM calvarez@lake-elsinore.org Viewed:6/11/2024 3:58:58 PM City Clerk 2941e149748c400... Signed:6/11/2024 3:59:02 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:6/11/2024 3:59:04 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 5/31/2024 3:01:54 PM Certified Delivered Security Checked 6/11/2024 3:58:58 PM Signing Complete Security Checked 6/11/2024 3:59:02 PM Completed Security Checked 6/11/2024 3:59:04 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,Ed Carlson,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.