Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A8681 - AMERICAN ASPHALT SOUTH, INC. CP 20-02, 2020 SLURRY SEAL (RE-BID)
. ,� ' . City of Palm Springs ,y � < Development Services:Department '�oaa,E°` � '. .',c Engineering Division. op F ", MEMORANDUM To: Office of the C ity Clerk From: Engineering Division Subject: CP 20-02-2020 SLURRY SEAL(RE-BID) Date: . February 25,2021 Attached are the following documents: . :. Contract Abstract: ::: " 2 sets of contract documents executed by Contractorr and notarized. Performance Bond Payment Bond; Original Bid V Copy of Bid Bond Certificates of Insurance:for the required policies / Copy of Bid Abstract o Confirmation of status of. contractor's license � --4 c — -- ram-+• . :: . . . — -00 1— G, . a CONTRACT ABSTRACT 2 Originals: Agreement; 1 Original: Performance & Payment Bond and Insurance Contract Company Name: American Asphalt South, Inc. Company Contact: Jeff Petty, President Summary of Services: CP 20-02, 2020 Slurry Seal (RE-BID) Contract Price: $1,820,954.21 • Funding Source: 133-4298-50100; 134-4498-50100; 134-4498-50225 Contract Term: To be determined by the Notice to Proceed Contract Administration Lead Department: Development Services—Engineering Division Contract Administrator: Joel Montalvo/Mike Lytar Contract Approvals Council Approval: February 11, 2021, Item 1.C. Resolution Number: N/A Agreement Number: A8681 Contract Compliance Exhibits: Attached Signatures: Attached Insurance: Attached Bonds: Attached Contract Prepared By: Engineering Division Submitted on: 02/25/2021 By: Vonda Teed Vw 1 AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this 1(p day of jrL. ,20 7,+ , by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and American Asphalt South, Inc. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s)for the Project entitled: 2020 SLURRY SEAL (RE-BID) CITY PROJECT NO. 20-02 The Work includes: application of weed killer to all pavement cracks or joints; cleaning, routing, and installation of crack-sealant or asphalt pavement in all pavement cracks or joints'/4"or wider; uniform micro-milling of existing asphalt concrete pavement; construction of Rubber Polymer Modified Slurry (RPMS); removal and replacement of existing traffic striping and markings; and all appurtenant work on various City streets. ARTICLE 2 — COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work.is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay(but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the ' provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has :made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. Termination Prior to Expiration of Term. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Contractor written 2020 SLURRY SEAL(RE-BID) CITY PROJECT NO.20-02 AGREEMENT FORM DECEMBER 2020 AGREEMENT AND BONDS-PAGE 1 F ' notice, pursuant to Section 6-8 of the Special Provisions. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon such notice, City shall pay Contractor for Services performed through the date of termination in accordancewith the Contract Documents. Upon receipt of such notice, Contractor shall immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Contractor shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Contractor shall submit to the City an invoice for work and services performed prior to the date of termination. ARTICLE 3 --CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is $1,820,954.21. Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages,:and consequences arising out of the nature of the 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 Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4 --THE CONTRACT DOCUMENTS . The Contract Documents consist of the Notice. Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Local Business Preference Program — 'Good Faith Efforts, Non- Discrimination Certification, Non-Collusion Declaration, Bidder's General Information, Bid Security or Bid Bond, this-Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions,the Drawings,Addenda issued during bidding (if any), and all Construction Contract Change Orders and Work Change Directives which may be delivered or issued after the 'Effective Date of the Agreement and are not attached hereto. 2020 SLURRY SEAL(RE-BID) AGREEMENT FORM CITY PROJECT NO.20-02 AGREEMENT AND BONDS-PAGE 2 DECEMBER 2020 ARTICLE 5 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and,perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the, obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll'records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE.6-- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the.City Engineer as provided in the Contract Documents. ARTICLE 7 o NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 8 -- INDEMNIFICATION The'Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification,"of the Special Provisions,which are hereby referenced and made a part hereof. Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California.Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of 2020 SLURRY SEAL(RE-BID) AGREEMENT FORM CITY PROJECT NO.20-02 AGREEMENT AND BONDS-PAGE 3 DECEMBER 2020 prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. ARTICLE 9 —NON-DISCRIMINATION In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation,. gender identity, gender expression, physical or mental disability,or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis.As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. ARTICLE 10 -- MISCELLANEOUS. Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard, Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to,be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. SIGNATURES ON NEXT PAGE 2020 SLURRY SEAL(RE-BID) CITY PROJECT NO.20-02 AGREEMENT FORM DECEMBER 2020 AGREEMENT AND BONDS-PAGE 4 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: CALIFORNIA Date2_ witBy David H. Rea City Manager Agreement No. i ��. ATT ST: By Anthon . ity Clerk APPROVED AS TO FORM: - By 9. .� (- ..„--„, y S. allinger, City Attorney RECOMMENDED: By 4/ . Joel Montalvo, P.E. City Engineer 2020 SLURRY SEAL(RE-BID) AGREEMENT FORM CITY PROJECT NO.20-02 AGREEMENT AND BONDS-PAGE 5 DECEMBER 2020 [IF CORPORATION, TWO NOTARIZED SIGNATURES, PRESIDENT OR VICE PRESIDENT AND SECRETARY OR TREASURER REQUIRED.] CONTRACTOR By: %&r/cQy, Add/a-04 Firm/Company Name V 1 V By: // By: Signature (notarized) nature (notarized) Name: . ,4 4 Al# Name: 7700 01V0a Title: AS/WM/�/ Title: .5ee124y 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. (This Agreement must be signed in the above (This Agreement must be signed in the above space space by one having authority to bind the by one having authority to bind the Contractor to the Contractor to the terms of the Agreement.) terms of the Agreement.) State of ) State of ) County of )ss County of )ss On On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/she/they executed the acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s)on the instrument that by his/her/their signatures(s)on the instrument the person(s),or the entity upon behalf of which the the person(s),or the entity upon behalf of which the person(s)acted, executed the instrument. person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: - Notary Seal: 2020 SLURRY SEAL(RE-BID) AGREEMENT FORM CITY PROJECT NO.20-02 AGREEMENT AND BONDS-PAGE 6 DECEMBER 2020 t v o � ACKNOWLEDGMENT 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 California ) On February 18, 2021 before me, Richard Entrikin- Notary (insert name and title of the officer) personally appeared Jeff Petty and Tim Griffin , who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hie/her/their authorized capacity(ies), and that by his/ieF/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. #, <„ RICHARD ENTRIKIN o �,,�;��- COMM. #2201331 z _ � Notary Public-California o z gi San Bernardino WITNESS my hand and official seal. ► County — p 1 Y My Comm.Expires July13,2021 Signature ) (Seal) 2.2 Premium for Contract Term Subject to Bond No.ES00007572 Adjustments Based on Final Contract Price Premium$10,105.00 PERFORMANCE BOND—PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS, WHEREAS, the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, as Obligee, (hereinafter referred to as the "City"), has awarded to the undersigned Contractor, (hereinafter referred to as the "Contractor"), an agreement for the work described as follows: 2020 SLURRY SEAL (RE-BID) CITY PROJECT NO. 20-02 (hereinafter referred to as the "Public Work"); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain Agreement (Construction Contract) for the said Public Work awarded to the Contractor and approved by the City for the Project hereinabove named, (hereinafter referred to as the"Contract"), which Contract is incorporated herein by this reference; and WHEREAS,the Contractor is required by said Contract to perform the terms thereof, and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, the undersigned Contractor, as Principal, and: Everest Reinsurance Company a corporation organized and existing under the laws of the State of Delaware , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City in the sum of One Million Eight Hundred Twenty Thousand Nine Hundred Fifty Four Dollars And No Cents Dollars ($1,820,954.00 ), said sum being not less than 100 percent of the total amount payable by the City under the terms to the said Contract, for which amount well and truly to be made,we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the bounden Contractor, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by,and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or its parts,to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the City, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The said Surety,for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration of addition to the terms of the Contract, or to the Public Work or to the Specifications. No final settlement between the City and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. 2020 SLURRY SEAL(RE-BID) PERFORMANCE BOND CITY PROJECT NO.20-02 AGREEMENT AND BONDS-PAGE 1 DECEMBER 2020 PERFORMANCE BOND—PUBLIC WORKS (CONTINUED) Contractor and Surety agree that if the City is required to engage the services of an attorney in connection with enforcement of the bond, each shall pay City's reasonable attorney's fees incurred, with or without suit, in addition to the above sum. SIGNED AND SEALED, this 17th day of February , 2021. CONTRACTOR: American Asphalt South, Inc. Check one: individual,_partnership,X corporation (This Performance Bond must be signed by representatives and/or officers having appropriate authority to bind the Contractor and Surety to the terms of the Performance Bond.) CONTRACTOR: SURETY: American Asphalt South, Inc. Everest Reinsurance Company ' By:- - By • '1‘160/11, % - signature signature (NOTARIZED) (NOTARIZED) Print-Name and Title: Print Name and Title: feLC. hritlevri Elizabeth Collodi, Attorney-in-Fact _ By: 4'01 signature (NOTARIZED) Print Name and Title: rAt rr;00, gee v By submitting this Performance Bond, the Contractor and Surety acknowledge the provisions of the Contract Documents with regard to Section 6-4 "Default by the Contractor", as further amended by the Special Provisions. • 2020 SLURRY SEAL(RE-BID) PERFORMANCE BOND CITY PROJECT NO.20-02 AGREEMENT AND BONDS-PAGE 2 DECEMBER 2020 • ACKNOWLEDGMENT 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 California ) On February 18, 2021 before me, Richard Entrikin- Notary (insert name and title of the officer) personally appeared Jeff Petty and Tim Griffin , who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) i-s/are subscribed to the within instrument and acknowledged to me that#e/she/they executed the same in hislhef/their authorized capacity(ies), and that by his/hef/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. - - r RICHARD ENTRIKIN - t COMM. #2201331 z _•• `. f-1 zo . Notary Public .California WITNESS my hand and official seal. z4 a San Bernardino County • My Comm.Expires July 13,20211 Signature ��.- � (Seal) • PERFORMANCE BOND—PUBLIC WORKS (CONTINUED) The rate of premium on this bond is $7.00/5.00 per thousand. The total amount of premium charged: $10,105.00 (The above must be filled in by corporate surety). IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part,with Federal, grant, or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) Everest Reinsurance Company P.O. Box 830 Liberty Corner, NJ 07938-0830 (Name and Address of Agent or InterWest Insurance Services, LLC Representative for service of process in California if 1357 East Lassen Ave different from above) Chico, Ca 95973 (Telephone Number of Surety and Everest Reinsurance Company-908-604-3000 Agent or Representative for service of process in California) InterWest Insurance Services,LLC-530-895-1010 • 2020 SLURRY SEAL(RE-BID) PERFORMANCE BOND CITY PROJECT NO.20-02 AGREEMENT AND BONDS-PAGE 3 DECEMBER 2020 PERFORMANCE BOND—PUBLIC WORKS (CONTINUED) • ALL-PURPOSE ACKNOWLEDGMENT 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 Butte On February 17, 2021 before me, Sara Walliser, Notary Public Date Name,Title of Officer personally appeared Elizabeth Collodi NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State identified herein,that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature of Notary SARA WALLISER , COMM.;1�2291855 Y\t`} 4i�1 NOTARY PUBLIC•NiY OF BUTTE CALIFORNIA • IComm.Expires JUL 5,2029 I ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above 2020 SLURRY SEAL(RE-BID) PERFORMANCE BOND CITY PROJECT NO.20-02 AGREEMENT AND BONDS-PAGE 4 DECEMBER 2020 Jam` EVE R' S\• POWER OF ATTORNEY EVEREST REINSURANCE COMPANY DELAWARE KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware ("Company") having its principal office located at 477 Martinsville Road, Liberty Corner, New Jersey 07938, do hereby nominate, constitute,and appoint: Elizabeth Collodi,John Hopkins,K.Corey Ward,John J.Weber,Joseph H.Weber,Marissa Robinson,Renee Ramsey, Sara Walliser,Stephanie Agapoff,Mindy Whitehouse,Jennifer Lakmann,Deanna Quintero,Bill Rapp,Jason March, Matthew Foster,Tony Clark,Mary Collins,Kristie Phillips,Claudine Gordon,Michael K.Feeney,Samantha Watkins its true and lawful Attomey(s)-in-fact to make,execute,attest,seal and deliver for and on its behalf,as surety,and as its act and deed, where required,any and all bonds and undertakings in the nature thereof,for the penal sum of no one of which is in any event to exceed UNLIMITED,reserving for itself the full power of substitution and revocation. Such bonds and undertakings,when duly executed by the aforesaid Attorney(s)-in-fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company("Board")on the 28th day of July 2016: RESOLVED, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby appointed by the Board as authorized to make,execute, seal and deliver for and on behalf of the Company, any and all bonds, undertakings,contracts or obligations in surety or co-surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co-surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute,on behalf of the Company,bonds and undertakings in surety or co-surety with others,and that the Secretary or any Assistant Secretary of the Company be,and that each of them is hereby authorized to attest the execution of any such power of attorney,and to attach thereto the corporate seal of the Company. RESOLVED,FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond,undertaking,contract or obligation in surety or co-surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto,and these presents to be signed by their duly authorized officers this 28th day of July 2016. • icicsUraik Everest Reinsurance Company w Attest Nicole Chase,Assistant Secretary By Anthony Romano,Vice President On this 28th day of July 2016,before me personally came Anthony Romano,known to me,who,being duly sworn,did execute the above instrument;that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto;and that he executed said instrument by like order. LINDA ROBINS Notary Public,State of New York No 01R06239736 i Qualified in,Queens County Term Expires April 25,2023 Linda Robins,Notary Public IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Company,at the Liberty Corner,this 17th day of February 2021 . ES 00 01 04 16 N° 6296 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority 'Tins Is TO CERTIFY,That,pursuant to the Insurance Code of the State of California, Everest Reinsurance Company of Wilmington, Delaware ,organized under the laws of Delaware ,subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate,the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tins CERaic&TE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are,or may hereafter be changed or amended. • IN WmvEss WHEREOF,effective as of the 10th day of April ,I9 9 6,I have hereunto set my hand and caused my official seal to be affixed this loth day of April 19 96 .s. .1), !%mil/ //1" a ' - By ico i_ S. si•;.:i:. AO� G�' G411111111111 Qualifica . e Secretary of State must be accomplished as required by the California Corpo •••• .:e promptly after issuance of this Certificate of Authority.Failure to do so will be a violation of Ins. Code 01 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. FORM CB•S 97 93441 2/17/2021 + Company Profile CALIFORNIA ,.) DEPARTMENT OF INSURANCE COMPANY PROFILE • Company Profile Company Search Company Information Company Search Results EVEREST REINSURANCE COMPANY -'Company PO BOX 830 Information LIBERTY CORNER, NJ 07938-0830 Old Company 800-269-6660 Names Agent for Service Old Company Names Effective Date Reference Information PRUDENTIAL REINSURANCE COMPANY 04/10/1996 NAIC Group List Lines of Business Agent For Service Workers' Melissa DeKoven Compensation 2710 Gateway Oaks Drive, Suite 150N Complaint and Sacramento CA 95833-3505 Request for Action/Appeals Contact Information Reference Information Financial Statements PDF's NAIC #: 26921 Annual Statements Quarterly California Company ID #: 2259-0 Statements Date Authorized in California: 10/24/1977 Company Complaint Company License Status: UNLIMITED-NORMAL Performance& Comparison Data Company Type: Property&Casualty Company Enforcement Action State of Domicile: DELAWARE Composite Complaints Studies back to top Additional Info Find A Company NAIL Group List Representative In Your Area View Financial NAIC Group #: 1120 EVEREST REINS HOLDINGS GRP Disclaimer Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyprofile&doFunction=getCompanyProfile&eid=5997 1/2 2117./2021• Company Profile PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back to top © 2008 California Department of Insurance • https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyprofile&doFunction=getCompanyProfile&eid=5997 2/2 ',Premium Included in Performance Bond Bond No.ES00007572 PAYMENT BOND—PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS, WHEREAS, the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, as Obligee, (hereinafter referred to as the "City"), has awarded to the undersigned Contractor, (hereinafter referred to as the"Contractor"), an agreement for the work described as follows: 2020 SLURRY SEAL (RE-BID) CITY PROJECT NO. 20-02 (hereinafter referred to as the "Public Work"); and WHEREAS, the work to be performed by,the Contractor is more particularly set forth in that certain Agreement (Construction Contract) for the said Public Work awarded to the Contractor and approved by the City for the Project hereinabove named, (hereinafter referred to as the "Contract"), which Contract is incorporated herein by this reference; and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract and pursuant to Section 9550 of the California Civil Code. NOW,THEREFORE, we, the undersigned Contractor, as Principal, and: Everest Reinsurance Company , a corporation organized and existing under the laws of the State of Delaware , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City,and to any and all persons, companies, or corporations entitled to file stop payment notices under Section 9100 of the California Civil Code, in the sum of One Million Eight Hudrend Twenty Thousand Nine Hundred Fifty Four Dollars And No Cents Dollars ($1,820,954.00 ), said sum being not less than 100 percent of the total amount payable by the City under the terms to the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors, administrators,successors, or assigns, or Subcontractors, shall fail to pay for any materials, provisions or other supplies, implements, machinery,or power used in, upon,for, or about the performance of the Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Sections 9550 through 9560 of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions herein above, it is agreed that this bond will inure to the benefit of any and all persons, companies, and corporations entitled to serve stop payment notices under Section 9100 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. 2020 SLURRY SEAL(RE-BID) PAYMENT BOND CITY PROJECT NO.20-02 AGREEMENT AND BONDS-PAGE 1 DECEMBER 2020 PAYMENT BOND—PUBLIC WORKS (CONTINUED) The Surety,for value received, hereby stipulates and agrees that no change, extension of time, alteration, or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the City and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety, an admitted surety insurer, further agree that if the City or any entity or person entitled to file stop payment notices is required to engage the services of an attorney in connection with the enforcement of this bond, each shall be liable for the reasonable attorney's fees incurred, with or without suit, in addition to the above sum. SIGNED AND SEALED, this 17th day of February , 2021. CONTRACTOR: American Asphalt South, Inc. Check one: individual, partnership,X corporation (This Payment Bond must be signed by representatives and/or officers having appropriate authority to bind the Contractor and Surety to the terms of the Payment Bond.) EXECUTED FOR THE CONTRACTOR: EXECUTED FOR THE SURETY: s. American Asphalt South, Inc. Everest Reinsurance Company By. By signature signature " (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: f cc45/ 40thI�°VI7/ Elizabeth Collodi, Attorney-in-Fact By: signature (NOTARIZED) Print Name and Title: 7:.w aticiebf 5ecre4y 2020 SLURRY SEAL(RE-BID) PAYMENT BOND CITY PROJECT NO.20-02 AGREEMENT AND BONDS-PAGE 2 DECEMBER 2020 • • 1111. ACKNOWLEDGMENT 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 California ) On February 18, 2021 before me, Richard Entrikin- Notary (insert name and title of the officer) personally appeared Jeff Petty and Tim Griffin , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that hest a/they executed the same in Ns/her/their authorized capacity(ies), and that by his/her:/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify'under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. RICHARD ENTRIKIN 4.ki. COMM. #2201331 z _ yr. Notary Public-California WITNESS my hand and official seal. z San Bernardino County 9 My Comm.Expires July 13,2021 Signature (Seal) PAYMENT BOND—PUBLIC WORKS (CONTINUED) The rate of premium on this bond is $ * per thousand. The total amount of premium charged: $ * (The above must be filled in by corporate surety). IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part,with Federal, grant, or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) Everest Reinsurance Company P.O. Box 830 Liberty Corner, NJ 07938-0830 (Name and Address of Agent or InterWest Insurance Services, LLC Representative for service of process in California if 1357 East Lassen Ave different from above) Chico. Ca 95973 (Telephone Number of Surety and Everest Reinsurance Company-908-604-3000 Agent or Representative for service of process in California) InterWest Insurance Services, LLC-530-895-1010 2020 SLURRY SEAL(RE-BID) CITY PROJECT NO.20-02 PAYMENT BOND DECEMBER 2020 AGREEMENT AND BONDS-PAGE 3 *- Included in Performance Bond J 1 PAYMENT BOND—PUBLIC WORKS (CONTINUED) ALL-PURPOSE ACKNOWLEDGMENT 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 Butte On February 17, 2021 before me, Sara Walliser, Notary Public Date Name,Title of Officer personally appeared Elizabeth Collodi NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State identified herein, that the foregoing paragraph is true and correct. Witness my hand and official seal. �) SA - - Signature of Notary ti::JTm_., RA WALLISER ti.' ,='• comm.•2291855 , �;� , NOTARY PUBLIC•CALIFORNIA ' COUNTY OF BUTTE --nzu— Comm.Expkee JUL 5-2023_It ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s) Other Than Named Above 2020 SLURRY SEAL(RE-BID) CITY PROJECT NO.20-02 PAYMENT BOND DECEMBER 2020 AGREEMENT AND BONDS-PAGE 4 Z'VE R FSC. POWER OF ATTORNEY EVEREST REINSURANCE COMPANY DELAWARE KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware ("Company") having its principal office located at 477 Martinsville Road, Liberty Corner, New Jersey 07938, do hereby nominate, constitute,and appoint: Elizabeth Collodi,John Hopkins,K.Corey Ward,John J.Weber,Joseph H.Weber,Marissa Robinson,Renee Ramsey, Sara Walliser,Stephanie Agapoff,Mindy Whitehouse,Jennifer Lakmann,Deanna Quintero,Bill Rapp,Jason March, Matthew Foster,Tony Clark,Mary Collins,Kristie Phillips,Claudine Gordon,Michael K.Feeney,Samantha Watkins its true and lawful Attorney(s)-in-fact to make,execute,attest,seal and deliver for and on its behalf,as surety,and as its act and deed, where required,any and all bonds and undertakings in the nature thereof,for the penal sum of no one of which is in any event to exceed UNLIMITED,reserving for itself the full power of substitution and revocation. Such bonds and undertakings,when duly executed by the aforesaid Attorney(s)-in-fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company("Board")on the 28th day of July 2016: RESOLVED, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby appointed by the Board as authorized to make,execute,seal and deliver for and on behalf of the Company,any and all bonds, undertakings,contracts or obligations in surety or co-surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co-surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute,on behalf of the Company,bonds and undertakings in surety or co-surety with others,and that the Secretary or any Assistant Secretary of the Company be,and that each of them is hereby authorized to attest the execution of any such power of attorney,and to attach thereto the corporate seal of the Company. RESOLVED,FURTHER,that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond,undertaking,contract or obligation in surety or co-surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto,and these presents to be signed by their duly authorized officers this 28th day of July 2016. • ` urapcP\ Everest Reinsurance Company (Ct./ aooRa"\r1'\ i vc SEAL 4 Arlit06e_ • Attest: Nicole Chase,Assistant Secretary By:Anthony Romano,Vice President On this 28th day of July 2016,before me personally came Anthony Romano,known to me,who,being duly sworn,did execute the above instrument;that he knows the seal of said Company;that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto;and that he executed said instrument by like order. LINDA ROBINS Notary Public,State of New York No 01 R06239736 r Qualified in Queens County Term Expires April 25,2023 Linda Robins,Notary Public IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Company,at the Liberty Corner,this 17th day of February 2021 ES 00 01 04 16 w4 N? 6296 STATE OF CALIFORNIA IMPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority This Is To CEaT ,That,pursuant to the Insurance Code of the State of California, Everest Reinsurance Company of Wilmington, Delaware ,organized under the laws of Delaware ,subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate,the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tins Cniin ienrE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are,or may hereafter be changed or amended. • IN WITNESS WHEREOF,effective as of the 10 th day of April ,19 9 6,I have hereunto set my hand and caused my official seal to be affixed this loth --.L.—L Q ti _ day of April ,I9 96 C ap.� %— 011)*7 ma � . '"�—a- ��"`jK- By is o S. Si.. �.. .JO•f - - QuaIifica .7" !.e Secretary of State must be accomplished as required by the California Corpo -Sons Co.e promptly after issuance of this Certificate of Authority.Failure to do so will be a violation of Ins.Code -- 01 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. FORM CB-3 92 stoat 2/17/2021 Company Profile . CALIFORNIA .) DEPARTMENT OF INSURANCE COMPANY PROFILE Company Profile Company Search Company Information Company Search Results EVEREST REINSURANCE COMPANY Company PO BOX 830 Information LIBERTY CORNER, NJ 07938-0830 Old Company 800-269-6660 Names Agent for Service Old Company Names Effective Date Reference Information PRUDENTIAL REINSURANCE COMPANY 04/10/1996 NAIC Group List Lines of Business Agent For Service Workers' Melissa DeKoven Compensation 2710 Gateway Oaks Drive, Suite 150N Complaint and Sacramento CA 95833-3505 Request for Action/Appeals Contact Information Reference Information Financial Statements r_ PDF's NAIC #: 136921 Annual Statements Quarterly California Company ID #: 2259-0 Statements Date Authorized in California: 10/24/1977 Company Complaint Company License Status: UNLIMITED-NORMAL Performance & Comparison Data Company Type: Property &Casualty Company Enforcement Action State of Domicile: DELAWARE Composite Complaints Studies back to top Additional Info Find A Company NAIC Group List Representative In Your Area View Financial NAIC Group #: 1120 EVEREST REINS HOLDINGS GRP Disclaimer Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyprofile&doFunction=getCompanyProfile&eid=5997 1/2 2/17/2021 Company Profile PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back to top © 2008 California Department of Insurance https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyprofile&doFunction=getCompanyProfile&eid=5997 2/2 BI D DO C U M EN TS - 1 Only the following listed documents, identified in the lower right corner as "Bid Forms" shall be fully executed and submitted with the Bid at the time of opening of • Bids. Bid (Proposal) • Bid Schedule List of Subcontractors Local Business Preference Program Good Faith Efforts Non-Collusion Declaration Non-Discrimination Certification Bid Bond (Bid Security Form) Bidder's General Information Public Integrity Disclosure Form Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. r 2020 SLURRY SEAL(RE-BID) CITY PROJECT NO.20-02 COVER SHEET DECEMBER 2020 BID FORMS-PAGE 1 , BID PROPOSAL BID;TO: CITY OF PALM SPRINGS, CALIFORNIA • The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the. City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: 2020 SLURRY SEAL (RE-BID) CITY PROJECT NO. 20-02 Bidder accepts all of the terms and.conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. ' This Bid will remain open for the period stated in the Notice_ Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number' ' Date Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has, made such independent investigations as Bidder deems necessary. 2020 SLURRY SEAL(RE-BID) , BID PROPOSAL CITY PROJECT NO.20-02 DECEMBER 2020 BID FORMS-PAGE 2 In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-Collusion Declaration, Bidder's General Information, and Bid Bond contained in these Bid Forms,said Bidder further agrees to complete the Work required under the Contract Documents within the Contract - Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the. Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). . • Dated: fiar/QJ /,� wei.e7 Bidder: hi.r?4» irioh,SDof' By: (Signature) Title: 7/r ',44, 4e .Ark',1 . 2020 SLURRY SEAL(RE-BID) CITY PROJECT NO.20-02 BID PROPOSAL DECEMBER 2020 BID FORMS-PAGE 3 THIS PAGE HAS INTENTIONALLY BEEN LEFT BLANK. BASE LUMP SUM BID SCHEDULE NOT UTILIZED 2020 SLURRY SEAL(RE-BID) CITY PROJECT NO.20-02 BASE LUMP SUM BID SCHEDULE DECEMBER 2020 BID FORMS-PAGE 4 BID SCHEDULE A Schedule of Prices for Construction of the: 2020 SLURRY SEAL (RE-BID) CITY PROJECT NO. 20-02 Item Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilization --- LS $ ?110 ov 2. Temporary Traffic Control --- LS $ q 5 CO 3. Water Pollution Control --- LS $ 57000 o0 4. Asphalt Concretel illing Pav emen" of Existing 3,377,620 SF $ �p l 2 $� Pi, Crack-sealing and crack-filling, construction of Rubber Polymer 5. Modified Slurry(RPMS), 15 to 18 3,377,620 SF pounds per square yard, pneumatic rolling, and all appurtenant work. $O.2' $ St-14 405.eo Crack-sealing and crack-filling, construction of Rubber Polymer 6. Modified Slurry (RPMS), 12 to 15 648,847 SF pounds per square yard, pneumatic '/ rolling, and all appurtenant work: $ d. 23 $ 1`49 234,g( Removal of all existing traffic striping and pavement markings; installation of 7. new thermoplastic traffic striping; -- LS installation of thermoplastic pavement c do markings and pavement markers $ D? , 8. Caltrans Double Permit --- AL $5,000.00 9. Field Orders --- AL $40,000.00 TOTAL OF ALL ITEMS OF THE BID SCHEDULE: $ \ 9 20 5L , 2( . (Price in figures) ©nQ ‘‘IIesn �to1r,-} hwidre& we✓4-1 -Mousa.nil II I nQ. hu id red (Price in ords) -t�\Yr- cA\at5 h)-ekr4- oYle C�-e��S QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of,any unit price bid item, by an amount up to 25 2020 SLURRY SEAL(RE-BID) CITY PROJECT NO.20-02 May 2019 DEDUCTIVE LUMP SUM BID SCHEDULE NO.5 BID FORMS-PAGE 5 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. SPECIAL NOTE: In the event of any"missing" bid items or scope of work not otherwise included or identified in the Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall prosecute the work as required by the Plans and Specifications, and payment for any "missing" bid items or scope of work shall be included in the various bid items of work, and no additional payment will be allowed therefore. - ,4reQh // �2 -we. Name of Bidder or Firm 2020 SLURRY SEAL(RE-BID) CITY PROJECT NO.20-02 May 2019 DEDUCTIVE LUMP SUM BID SCHEDULE NO.5 BID FORMS-PAGE 6 BIDDER'S LIST OF SUBCONTRACTORS As required under'Section 41Q4 of the Public Contract Code, the Bidder shall list below the name and the location of the place of business of each subcontractor who_will perform work or labor or render service to the prime contractor in or about the'construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case of bids for the construction of streets or highways, including bridges,An excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. ' Special Note: The Prime Contractor shall perform not less than 50%of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50%of the Work identified in this Bid, the Bid'shall be considered non-responsive. A. BIDDER'S PORTION OF WORK Page 1 of 2 1. Name of Pri a Contractor: r rscaa .j/A/i. /��. .x 2. Bid Items/Portion of Work to be Self-Performed(if less than 100%of the contract): Por ion o-F I-terns I, 2, 4 S )6 4- -7 T&,ii 3 ' rv►Obtl•t 2411o✓1 TttAc ic. Lb col r/Wale(' Poltukrat. Ca✓tf-rrI Slur Seca.t 3. Dollar Amount of Work Self- 4. Percentage of Work Self- '8. Date: Performed: Performed. By signing the Bid Form, Contractor hereby certifies that it will perform not less than 50%of the Contract Work with its own forces. , ' B. LIST OF SUBCONTRACTORS • ' k 1. 'Type of Subcontractor(Check One) ,,First Tier; 0 Second Tier; 0 Supplier; ❑ Service Contractor(e.g. Trucking) 2. ubcontractor Name: - ,,t- td 1-4ac Pec sp L 3. Address? ' 32- cancvto C t r cl e �k�¢. Yes-1 CA 01Z(030 - 4. Bid Items/Portion of Work: R)rkione, 1»IS 1,2 �4-(, Mob TC- MtcR.o -Ih�ll�� Caftt .l d- C2,rxr . rill 5. Phone No.: ' I 6. Contractor's License No.: 7' 'Annual Gross Receipts: 9I4 - 444 — IgSI ' 2_t5062 ❑ <$1M V ❑ <$5M 0 <$10M 8. Amount of Contracted Work: 9. DIR Public 'Works Contractor ❑ <$15M Pit>$15M '126,369 . oo Registration.No:1 -14 10. Percentage of Contracted Work: 12. DBE Certification No.: 11. DBE Firm? 0 Yes 110 No 2020 SLURRY SEAL(RE-BID) ' CITY PROJECT NO.20-02 LIST OF SUBCONRACTORS DECEMBER 2020' - BID FORMS-PAGE 7 BIDDER'S LIST OF SUBCONTRACTORS-(Continued) Copy this page as needed to provide a complete listing. Page 2- of 2-. 1. Type of Subcontractor(Check One) )(First Tier, 0 Second Tier; 0 Supplier, 0 Service Contractor(e.g. Trucking) 2. Subcontractor Name: C 4 l - 3. Address: g°4a E . 54ee\ P . Co i 4 CA C)2 32` 4. Bid Items/Portion of Work: por--tort of• '•Vera '-I 6emov<4--- Reclac2_ ?t,Marttnr c �- rnacKccs 5. Phone No.: 6. Contractor's License N .: 'T. Annual Gross Receipts: q0/j - $S4- 1170 (o$Sj 3% ❑ <sun ❑ <$5M 0 <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor 0 <$15M IS�>$15M /&Z 7W 00 Registration No:/0000//60 10. Percentage of Contracted Work: 12. DBE Certification No.: 11. DBE Firm? ❑Yes , No 1. Type of Subcontractor(Check One) 0 First Tier; 0 Second Tier; 0 Supplier; 0 Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ <$1 M ❑ <$5M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? 0 Yes 0 No 12. DBE Certification No.: 1. Type of Subcontractor(Check One) 0 First Tier; 0 Second Tier; 0 Supplier; 0 Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑<$1M ❑ <$5M 0 <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? ❑Yes 0 No 12. DBE Certification No.: 2020 SLURRY,SEAL(RE-BID) CITY PROJECT NO.20-02 LIST T OF SUBCONRACTORS DECEMBER 2020 BID FORMS-PAGE 8 BIDDER'S LIST OF SUBCONTRACTORS-(Continued) Copy this page as needed to provide a complete listing. Page of 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; 0 Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ <$1M ❑ <$5M ❑ <$10M • 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? 0 Yes ❑ No 12. DBE Certification No.: 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ <$1M ❑ <$5M ❑ <$10M 8. Amount of Contracted Work: 9. 'DIR Public Works. Contractor ❑ <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? 0 Yes 0 No 12. DBE Certification No.: 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; 0 Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ <$1 M ❑ <$5M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$1 5M Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? 0 Yes 0 No 12. DBE Certification No.: • 2020 SLURRY SEAL(RE-BID) CITY PROJECT NO.20-02 LIST OF SUBCONRACTORS DECEMBER 2020 BID FORMS-PAGE 8 LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS CITY PROJECT NO. 20-02 Bid Opening Date d4 /3/rd.r • The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to subcontract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley.The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub- contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub- contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of.this subsection. FAILURE TO IDENTIFY GOOD FAITH EFFORTS ON THESE FORMS MAY BE SUFFICIENT CAUSE TO FIND ' THE BID NON-RESPONSIVE. ' BIDDERS SHALL ENSURE ALL APPROPRIATE GOOD FAITH EFFORTS ARE IDENTIFIED. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: Local firms that will furnish maatteerials or supplies to the Bidder for this project: Catele / 16!5. 2020 SLURRY SEAL(RE-BID) LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO.20-02 GOOD FAITH EFFORTS DECEMBER 2020 r BID FORMS-PAGE 9 • LOCAL BUSINESS PREFERENCE PROGRAM -GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder,for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each.publication in which a request for participation by local firms for this project was placed by the bidder(please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement feeocl��. B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation Aid 2020 SLURRY SEAL(RE-BID) LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO.20-02 GOOD FAITH EFFORTS DECEMBER 2020 BID FORMS-PAGE 10 3 a`� a -0)5‘ a-a � 1-1 l-D 1 3 SEEKING SUB-BIDS From qualified Local Coachella Valley Subcontractors and Suppliers for the following area of work:Slurry Seal Emulsion,Type II Slurry Aggregate,Street Sweeping;Striping&Pavement Markings,Raised Pavement Markers,Crack Sealing,Micro-Milling,AC Pavement,Traffic Control and Public Notifications. PROJECT:2020 Slurry Seal(Re-Bid) City Project No.20-02 Palm Springs,CA • OWNER:City of Palm Springs BID DATE:January 13th,2021®3:00 PM AMERICAN ASPHALT SOUTH INC (AN EQUAL OPPORTUNITY EMPLOYER) 19792 El Rivino Road,Riverside,CA 92509 TEL:(909)427-8276/FAX(909)427-8279 CONTACT:LYLE STONE Plans and Specifications are available for review in our office. PAYMENT AND PERFORMANCE BONDS MAY BE REQUIRED. We intend to seriously negotiate with qualified,Local Coachella Valley Subcontractors and Suppliers for project participation.To the best of our abilities we will assist with Bonds,Lines of Credit and/or Insurance.Please contact us at(909)427-8276 for further information regarding bidding this project. Questions can be directed to Rick Entrikin or Lyle Stone.This is a Prevailing Wage Project. • Jeri Grant From: DESC-RecruitmentSupport <recruitmentsupport@gannett.com> Sent: Monday, December 21, 2020 8:11 AM To: Jeri Grant Cc: Lantz,Allison Subject: RE: Recruitment Ad Proof-GCI0557988 Perfect! Your ad is set to publish. Allison will be able to assist with the payment! You may receive a Customer Survey from the company regarding my service, not the service of the company. I would be very grateful if you are able to complete it. Have a great rest of the week and Happy Holidays! Carissa Patton -Team Lead,Client Success Manager,SMB LOCALiQ RECRUITMENT PART OF THE USA TODAY NETWORK Office: 888-262-5830 cpatton@localiq.com LOCALiQ.com From:Jeri Grant<jerig@americanasphaltsouth.com> Sent: Monday, December 21, 2020 11:07 AM To: DESC-RecruitmentSupport<recruitmentsupport@gannett.com> Subject: RE: Recruitment Ad Proof-GC10557988 This looks great. Can I pay with a credit card? Thank you, . Jeri From: DESC-RecruitmentSupport<recruitmentsupport@gannett.com> Sent: Friday, December 18, 2020 11:46 AM To:Jeri Grant<jerig@americanasphaltsouth.com> Subject: RE: Recruitment Ad Proof-GCI0557988 Hey Jeri, I have the updated proof attached here for you. Please confirm that the changes requested have been made and let me know if this is approved or if we need to make any additional changes! Carissa Patton Team Lead, Client Success Manager,SMB 1 LOCALIQ RECRUITMENT PART OF THE USA TODAY NETWORK Office: 888-262-5830 cpatton@localiq.com LOCALiQ.com From:Jeri Grant<jerigPamericanasphaltsouth.com> Sent: Friday, December 18, 2020 12:19 PM To: DESC-RecruitmentSupport<recruitmentsupport@gannett.com> Subject: RE: Recruitment Ad Proof-GCI0557988 I need all the wording included. Remove the logo to make room. See attachment Thank you, Jeri From:.DESC-RecruitmentSupport.<recruitmentsupport@gannett.com> Sent: Friday, December 18, 2020 9:14 AM To:Jeri Grant<jerigPamericanasphaltsouth.com>; Lantz,Allison <ALantzPlocaliq.com>` Subject: Recruitment Ad Proof-GCI0557988 Good Afternoon Jeri, ' Please see the print ad proof attached for you to review. Please let me know if this is • approved or if you would like to make any changes. We have until Monday, 12/21 at 3pm EST to make changes or the ad will run as is. "'Please note that the proof that is attached is in low resolution which may cause blurriness/fuzziness of logos and graphics, the ad will print in high resolution and logos/graphics will be clear and sharp""" Carissa Patton ' Team Lead, Client Success Manager, SMB LOCALiQ RECRUITMENT PART OF THE USA TODAY NETWORK Office: 888-262-5830 cpatton@localiq.com LOCALiQ.com From:Jeri Grant<jerig@americanasphaltsouth.com> Sent:Thursday, December 17, 2020 12:43 PM To: Lantz,Allison<ALantz@localici.com> Subject: RE:Ad Placement 2 Yes. Thank you,. Jeri From: Lantz,Allison <ALantz@llocaliq.com> Sent:Thursday, December 17, 2020 9:17 AM To:Jeri Grant<jerig@iamericanasphaltsouth.com> Subject: RE:Ad Placement ,Okay.So 12/23, 12/24, 12/25, 12/26, 12/27, 1/1, 1/2, 1/3 are good dates? • Allison Lantz Recruitment Solutions Specialist LOCALiQ RECRUITMENT PART OF THE USA TODAY NETWORK Palm Springs Desert Sun—Salinas Californian—Visalia Times Delta (559)345-9511 alantz cr localiq.com LOCALiQ.com Ad Packages are not cancellable and no refunds shall be provided. From:Jeri Grant<ierig@americanasphaltsouth.com> Sent:Thursday, December 17, 2020 12:15 PM To: Lantz,Allison<ALantz@localiq.com> Subject: RE:Ad Placement Starting Wed 12/23 sounds good. Thank you, Jeri From: Lantz, Allison <ALantzPlocaliq.com> Sent:Thursday, December 17, 2020 9:13 AM To:Jeri Grant<jerig@americanasphaltsouth.com> Subject: RE:Ad Placement ,Sounds good. I will get that ordered. What dates would you like it to run?We run Wed-Sun and I could get you started Wed 12/23. Allison Lantz Recruitment Solutions Specialist LOCALiQ RECRUITMENT PART OF THE USA TODAY NETWORK Palm Springs Desert Sun—Salinas Californian—Visalia Times Delta 3 (559) 345-9511 alantz(�Iocaliq.com LOCALiQ.com Ad Packages are not cancellable and no refunds shall be provided. From:Jeri Grant<ierig@americanasphaltsouth.com> Sent:Thursday, December 17, 2020 12:11 PM To: Lantz,Allison <ALantz@localiq.com> Subject: RE:Ad Placement We would like the 10-inch ad size. Thank you, Jeri From: Lantz,Allison <ALantz@localiq.com> Sent:Wednesday, December 16, 2020 1:37 PM To:Jeri Grant<jerig@americanasphaltsouth.com> Subject: RE:Ad Placement Hello, Here is the information on our print ads. All ads are buy 2 days, get 6 free for a total of 8 days. You can choose any 8 days you want. We run Wed-Sun and I could get you started Wed 12/23. Your ad would be able to fit in a 1/12 or 1/8. da ifiha c2Agaggits '4 §70 Pre itiitio 1ii12r 'a e„iekta 4 r :0241161 2 014 e fil:Xt anc(e Rgati be gi nd rs size ` hr° :/�� ea a isx ' W 00 . , t(*),00i-0e aro nd thiK e 5 • • 8 da, sw Pt"' a H a ge s#$'5 000 and a F'u ir417 l rg0"009 6 Please let me know which option is best for you and I will get it ordered for you quickly. Thanks, Allison Lantz Recruitment Solutions Specialist LOCALIQ RECRUITMENT PART OF THE USA TODAY NETWORK Palm Springs Desert Sun—Salinas Californian—Visalia Times Delta (559) 345-9511 alantz(a�localiq.com LOCALiQ.com Ad Packages are not cancellable and no refunds shall be provided. 6 From:Jeri Grant<Ierig@americanasphaltsouth.com> Sent:Wednesday, December 16, 2020 4:31 PM To: Lantz,Allison <ALantz@localiq.com> Subject:Ad Placement Could you send me your pricing schedule. Thank you, Jeri 7 Lyle Stone From: Lyle Stone Sent: Tuesday, December 15,2020 8:45 AM To: Leigh.Gileno@palmspringsca.gov Subject: 2020 Slurry Seal (Re-Bid);City Project No.20-02 Attachments: Palm Springs Bid Solicitation.pdf • Good.Morning, I am looking for assistance in identifying local Coachella Valley Businesses and Suppliers for the above referenced project.Any assistance would be greatly appreciated. Sincerely, . Lyle Ston - • • 1 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items(including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local.firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally ($) Of Performs Item Contract (Y/N) See .4(CIS igiver 4set hei ? D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: Names, addresses and phone numbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. 2020 SLURRY SEAL(RE-BID) LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO.20-02 DECEMBER 2020 GOOD FAITH EFFORTS BID FORMS-PAGE 11 • • - - - - - - - - - -ram .. • t. " i sr N Ar _ h I A: _ e�r�.cAsphalt _ - a � K" d •4y. O� tti :l� _ .. .. ...:.. SEE KIl�G'SUB BID - S iT Fxoin. ualifi _ed..Local��CoacheYla Valle: :Su• _ q bc�oritractors�,--and�Su� hers��for�.��-�-�::� - - �� : Y Pp, , `' ;`thefollowin :areas ofwork. Sl_ -., ,g urrySeal�Ernulsion, T IhSI r.: Aggregate �Street Sw ; eeping: ;Striping&'-Pavemente:-Takings,Raised PavementtMarkers,-Crack Scaling, lVhcro-Milhng AC Pavement_, Traffic ,Control and Public Notifications `=- 3 - PR OJ�CT�.2020 �1� _ S .Seal. �`e-=Bide��•-=-��� C Pro ec a i_Plin.S rn��s -CA-:=:=., - .p.-. g _ ij r' _' A - - - wNER�� _ -;-. =r•__.. , �C �of Palii:=S-•rin s -- - �3' -P g _ BID;DA I :la•ms 13 ;20 ary 21 '@3 QOPM - SAMER•ICAN ASPHALT`SOUTH°INC. --_. (AN EQUAL OPPORTUNITY EMPLOYER • = 19792 El Riving R�'adj',- `v °'" `: _ _ o ,Ri ersde,'CA 92509 - - - TEL:- 90 - - >.�.. 9 47 2 8276t�.F Z AX: 909=�42 8 - e �� CONTACT LYLE STONE _ ~ _ _ _ = Plans and Specifications are available for-review in oi�r officer. YPAYMENT AND PERFORMANCE BONDS MAYBE REQUIRED We intend to seriousl ne otiate with.. ualifie Iocal;Coachella'Valk Subcontractors and u tiers for project participation'To>the best of our;,ab•ilities we wilt assist with Bonds,Lines,of Credit and/or' `..` i. = '.Insurance Pkuse,contact st at(909)427-8276 forrfurther.information re ardor ;li'd'ui • y>•, g g i d g this project; Questions can be directed t•o Rick Entnk t'".. _ � r - in or`.Lyle Stone r _ 3 -This rs a•Prevailm'g Wage Project fP we. an' art:: a_ to iritlus�contrae t: - lr: 3 - -� T _ ±Y., TYPE OF SERVICE-:OR SUPPLIES: ;�:`' '( )We can_ of participate in thus contract { r Print Name>of Busmess`Own r _ e ,Signature&Date- ��>� , _ _ - as-" - 1 4i z k Y z � ]. - > www•americanasphaltsout_h com 7 z •Lic #784969 . z MAILING ADDRESS P0';BOX 310036:FONTANA;;CA 92331 'PHYSICALADDRESS 19792 EL RHINO.ROAD rk RNERSIDE CA92509=(909)427 8276 FAX(909)427 8279