Loading...
2024 All American Asphalt Project 2023-15 PMPMEMORANDUM aca Qa�fra - CALIFORNIA - DATE: January 10, 2024 TO: Jon McMillen, City Manager FROM: Carley Escarrega, Administrative Technician RE: Construction Contract with All American Asphalt in the amount of $1,786,790.47 for the FY 2223 Pavement Management Plan, Project 2023-15. Please list the Contracting Party / Vendor Name, type of agreement to be executed, including any change orders or amendments, and the type of services to be provided. Make sure to list any related Project No. and Project Name. AuthoritV to execute this a regiment is based upon: Approved by City Council on December 19, 2023 Consent 5 City Manager's signing authority provided under the City's Purchasing Policy [Resolution No. 2019-021] for budget expenditures of $50,000 or less. Department Director's or Manager's signing authority provided under the City's Purchasing Policy [Resolution No. 2019-021] for budget expenditures of $15,000 and $5,000, respectively, or less. Procurement Method (one must apply]: Bid a RFP ❑ RFQ ❑ 3 written informal bids Sole Source a Select Source Cooperative Procurement Reauestinci deoartrnent shall check and attach the items below as appropriate: ✓a Agreement payment will be charged to Account No.: 401-0000-60188-202315-CT ✓a Agreement term: Start Date January 15, 2024 End Date March 31, 2024 ❑✓ Amount of Agreement, Amendment, Change Order, etc.: $ 1,786,790.47 4EMINDER: Signing authorities listed above are applicable on the aaareCate Agreement amount, not individual Amendments or Change Orders! Insurance certificates as required by the Agreement for Risk Manager approval Approved by: Laurie McGinley Date: 1/10/2024 ✓❑ Bonds (originals) as required by the Agreement (Performance, Payment, etc.) ❑ Conflict of Interest Form 700 Statement of Economic Interests from Consultant(s) NOTE. Iv] n Review the "Form 700 Disclosure for Consultants" guidance to determine if a Form required pursuant FPPC regulation 18701(2) Business License No. 764057 ; Expires: 2/28/2024 Requisition for a Purchase Order has been prepared (Agreements over $5,000) 700 is SECTION 1300 CONTRACT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and All American Asphalt, herein referred to as, "Contractor." WIT NESSETH: In consideration of their mutual covenants, the parties hereto agree as follows 1. Contractor shall furnish all necessary labor, material, equipment, transportation and services for Project No. 2023-15, FY22/23 PAVEMENT MANAGEMENT PLAN in the City of La Quinta, California pursuant to the Invitation to Bid, dated November 2023, the project Specifications, and Contractor's Bid, all of which documents shall be considered a part hereof as though fully set herein. Should any provisions of Contractor's Bid be in conflict with the Notice Inviting Bids, Specifications, or this Contract, then the provisions of said Contract, Specifications, and Invitation to Bid shall be controlling, in that order of precedence. The time frame for construction work shall be in accordance with that specified in the Invitation to Bid. 2. Contractor will comply with all Federal, State, County, and La Quinta Municipal Code, which are, as amended from time to time, incorporated herein by reference. 3. All work shall be done in a manner satisfactory to the City Engineer. 4. Contractor shall commence work after the issuance of a written Notice to Proceed and agrees to have all work completed within 35 working days from the date of Notification to Proceed. 5. In consideration of said work, City agrees to pay Contractor such sums as shall be approved by the City Engineer at lump sums and/or unit prices stated in the Contractor's Bid, the base consideration and additive alternates no. 1 and 2, One Million Seven Hundred Eighty -Six Thousand Seven Hundred Ninety Dollars and Forty -Seven Cents (1,786,790.47). All payments shall be subject to approval by the City Engineer and shall be in accordance with the terms, conditions, and procedures provided in the Specifications. 6. The Contractor shall not knowingly pay less than the general prevailing rate for per diem wages, as determined by the State of California Department of Industrial Relations and referred to in the Invitation to Bid, to any workman employed for the work to be performed under this contract; and the Contractor shall forfeit as a penalty to the City the sum of Twenty -Five Dollars ($25.00) for each calendar day, or fraction thereof, for such workman paid by him or by any subcontractor under him in violation of this provision (Sections 1770-1777, Labor Code of California). 1300-1 Contract Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Relations' Internet website at htti)://www.dir.ca.-gov. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of Industrial Relations website at hftp://www.dir.ca.gov/Public- Works/PublicWorks.html. Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 7. Concurrently with the execution of this Contract, Contractor shall furnish bonds of a surety satisfactory to City, as provided in said Specifications or Invitation to Bid, the cost of which shall be paid by Contractor. 8. Except for the gross negligence or willful misconduct of an Indemnified Party (as hereinafter defined), the Contractor hereby assumes liability for and agrees to defend (at Indemnified Parties' option), indemnify, protect and hold harmless City and its Project Consultants, and Engineers, officers, agents, and employees ("Indemnified Parties") from and against any and all claims, charges, damages, demands, actions, proceedings, losses, stop notices, costs, expenses (including counsel fees), judgments, civil fines and penalties, liabilities of any kind or nature whatsoever, which may be sustained or suffered by or secured against the Indemnified Parties arising out of or encountered in connection with this Contract or the performance of the Work including, but not limited to, death of or bodily or personal injury to persons or damage to property, including property owned by or under the care and custody of City, and for civil fines and penalties, that may arise from or be caused, in whole or in part, by any negligent or other act or omission of Contractor, its officers, agents, employees or Subcontractors including, but not limited to, liability arising from: 1. Any dangerous, hazardous, unsafe or defective condition of, in or on the premises, of any nature whatsoever, which may exist by reason of any act, omission, neglect, or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors; 1300-2 Contract 2. Any operation conducted upon or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors under or pursuant to the provisions of this contract or otherwise; 3. Any act, omission or negligence of Contractor, its officers, agents, employees, or Subcontractors; 4. Any failure of Contractor, its officers, agents or employees to comply with any of the terms or conditions of this Contract or any applicable federal, state, regional, or municipal law, ordinance, rule or regulation; and 5. The conditions, operations, uses, occupations, acts, omissions or negligence referred to in Sub -subsections (1), (2), (3), and (4), existing or conducted upon or arising from the use or occupation by Contractor on any other premises in the care, custody and control of City. The Contractor also agrees to indemnify City and pay for all damages or loss suffered by City including but not limited to damage to or loss of City property, to the extent not insured by City and loss of City revenue from any source, caused by or arising out of the conditions, operations, uses, occupations, acts, omissions or negligence referred to in Sub -subsections (1), (2), (3), (4) and (5). Contractor's obligations under this Section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnified Party. However, without affecting the rights of City under any provision of this contract, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this contract. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Contractor and shall survive the termination of this contract or this section. 1300-3 Contract This indemnity shall survive termination of the Contract or Final Payment hereunder. This Indemnity is in addition to any other rights or remedies that the Indemnified Parties may have under the law or under any other Contract Documents or Agreements. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain or apply any monies to the Contractor under this Contract for the purpose of resolving such claims; provided, however, City may release such funds if the Contractor provides City with reasonable assurance of protection of the Indemnified Parties' interests. City shall, in its sole discretion, determine whether such assurances are reasonable. Approval of any insurance contracts by the City does not relieve the Contractor or subcontractors from liability under Section 1340-1.0, Indemnification of the Specifications. The City will not be liable for any accident, loss, or damage to the work prior to its completion and acceptance. 9. Except as otherwise required, Contractor shall concurrently with the execution of this contract, furnish the City satisfactory evidence of insurance of the kinds and in the amounts provided in said Specifications, Section 1340-2.0, Insurance Requirements. This insurance shall be kept in full force and effect by Contractor during this entire contract and all premiums thereon shall be promptly paid by it. Each policy shall further state that it cannot be canceled without written notice to the City and shall name the City as an additional insured on the Commercial General Liability policy only. Contractor shall furnish evidence of having in effect, and shall maintain, Workers Compensation Insurance coverage of not less than the statutory amount or otherwise show a certificate of self-insurance, in accordance with the Workers Compensation laws of the State of California. Failure to maintain the required amounts and types of coverage throughout the duration of this Contract shall constitute a material breach of this Contract. 10. Except as otherwise required, Contractor shall concurrently with the execution of this contract, furnish the City a Milestone Schedule with a beginning date of 15 days after the Notice of Award as provided in said Specifications, Section 4.2, Construction Schedule. Contractor shall pay to City $500.00 liquidated damages per calendar day that the Milestone Schedule is not provided. 11. Contractor shall forfeit as a penalty to City $25.00 for each laborer, workman, or mechanic employed in the execution of this Contract by said Contractor, or any subcontractor under it, upon any of the work herein mentioned, for each calendar day during which such laborer, workman, or mechanic is required or permitted to work at other than a rate of pay provided by law for more than 8 hours in any one calendar day and 40 hours in any one calendar week, in violation of the provisions of Sections 1810- 1815 of the Labor Code of the State of California. 1300-4 Contract 12. In accepting this Contract, Contractor certifies that in the conduct of its business it does not deny the right of any individual to seek, obtain and hold employment without discrimination because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex or age as provided in the California Fair Employment Practice Act (Government Code Sections 12900, et seq.). Contractor agrees that a finding by the State Fair Employment Practices Commission that Contractor has engaged during the term of this Contract in any unlawful employment practice shall be deemed a breach of this Contract and Contractor shall pay to City $1,607.00 liquidated damages for each such breach committed under this contract. 13. Contractor also agrees that for contracts in excess of $30,000.00 and more than 20 calendar days duration, that apprentices will be employed without discrimination in an approved program in a ratio established in the apprenticeship standards of the craft involved (Sections 1777.5 and 1777.6, Labor Code of California). Contractors who willfully fail to comply will be denied the right to bid on public projects for a period of six months in addition to other penalties provided by law. 14. This Contract shall not be assignable by Contractor without the written consent of City. 15. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. 16. In accepting this Contract, Contractor certifies that no member or officer of the firm or corporation is an officer or employee of the City except to the extent permitted by law. 17. Contractor certifies that it is the holder of any necessary California State Contractor's License and authorized to undertake the above work. 18. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. 19. The Contractor shall maintain and preserve all such records for a period of at least three years after termination of the contract. 20. The Contractor shall maintain all such records in the City of La Quinta. If not, the Contractor shall, upon request, promptly deliver the records to the City or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than at City offices including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals and overhead. 21. The further terms, conditions, and covenants of the Contract are set forth in the Contract Documents, each of which is by this reference made a part hereof. 1300-5 Contract IN WITNESS WHEREOF, the parties have executed this Contract as of the dates stated below. "CITY" CITY OF LA QUINTA a California municipal corporation Dated: 1/,W By: J lien, City Manager ATTEST: Dated: Monika Radeva, qjty Clerk APPROVED AS TO FORM: Gt f f ated: �aw "VP WILLIAM H. IHRKE, City Attorney Dated: f 42-,P-4 Name: Edward J. Carlson Print Name "CONTRACTOR" (If corporation, affix seal) All American Asphalt By:�"'�� Si natur Title: Vice President ► ddress: 400 East Sixth Street Corona CA 92879 Street Address City State Zip Code Dated: 2� Z Name: Michael Farkas Print Name Add By: Signature Title: Secretary .400 East Sixth Street, Corona, CA 92879 Street Address Contract City State Zip Code 1300-6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE $ 1189 A notary public or other ofl iccr completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the tmthfulness. accuracy. or validity of that document. State of California County of Riverside on January 4, 2024 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson and Michael Farkas Name(s) of Signer(s) •,+,';,;:� !.� ^ KENONA NAZARI Notary Public - California Riverside County Commission k 2318601 'e My Comm. Expires Jan 10, 2024 Place Notary Seal Above 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/shWtheir executed the same in lais/kerltheir authorized capacity(ies), and that by hWher/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 forgoing paragraph is true and correct. WITNESS my h d a d of seal. Signature Signature of Notary Publi 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 Signature Page of Contract — City of La Ouinta Document Date: January 4, 2024 Number of Pages: S Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson ❑ Individual X Corporate Officer —Title(s): Vice President ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee IFF"', here ❑ Other: Signer is Representing: Signer's Name: Michael Farkas ❑ Individual X Corporate Officer—Title(s): Secretary ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact Top of thumb here ❑ Trustee ❑ Other: Signer is Representing: Bond No. 7671398 Premium: $7,058.00 Premium is for contract term and is subject to adjustment based on final contract price Executed in: 2 Counterparts SECTION 1310 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has on December 19, 2023, awarded to All American Asphalt, hereinafter designated as the Principal, a Contract for Project No. 2023-15, FY22/23 PAVEMENT MANAGEMENT PLAN and: WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract: NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland, as Surety, are held and firmly bound unto the City in the just and full amount of One Million Seven Hundred Eighty -Six Thousand Seven Hundred Ninety Dollars and Forty -Seven Cents (1,786,790.47) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and any alterations made as therein provided, on his or their part to be kept and performed, at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless, the City, its officers and agents as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. It is acknowledged that the Contract provides for one-year guarantee period, during which time this bond remains in full force and effort. And 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 notire of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Faithful Performance Bond 1310-1 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their Corporate seals this 28th day of December 2023, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. All American Asphalt Principal / (Seat) Signa ure f Principal Title of Signatory Fidelity and Deposit Company of Maryland Surety r2akuLet it t7Zn- Signature for Surety Rebecca Haas -Bates, Attorney -in -Fact Title of Signatory 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety (213) 270-0600 Phone # of Surety Jorge Correa Contact Person for Surety (Seal), Faithful Performance Bond 1310-2 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 tnuhfidness. accuracv. or validity of that document. State of California County of Riverside On January 4, 2024 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(44f Signer(a) *my KENONA NAZARI Notary Public - California Riverside County Commission # 2318601 Comm. Expires Jan 10, 2024 + Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my ha an official seal. 1 Signature Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Faithful Performance Bond — City of La Quinta Document Date: December 28, 2023 Number of Pages: 3 Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson ❑ Individual X Corporate Officer —Title(s): Vice President ❑ Partner 0 ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s)// ❑ Partner 0 ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL .. Yc�t re �Lwr.ae.a:!i�tls�t!: 2 C. st<atf <r: 2�:CJat!wKa✓iit �• at_ ��a<�:�t!a..a .:�Yatci2 sC�La�N�...aLaVC�. c�K d�t.w.✓..mot s�La A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On 12/28/2023 before me, L. Gomez, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Name(*of Signerj`st who proved to me on the basis of satisfactory evidence to be the persona} whose name(. is/w a subscribed to the within instrument and acknowledged to me that tae/she/that' executed the same in 11Wher/thair authorized capacity, and that by hWher/their signature4on the instrument the person(* or the entity upon behalf of which the person(* acted, executed the instrument. L.GOMfiZ Notary Public • California Orange County Commission R 2413682 My Comm. Expires Aug 23, 2026 r I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature " . j�tm� Signature of NoVy 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: Performance Bond No. 7671398 Document Date: 12/28/2023 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 ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual WAttomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Titie(s): ❑ Partner — ❑ Limited 7 General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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 I, 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 duly 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 28th day of December,2023. _°�oPPS���'F.`i °e•OpP S ^I EAL1r� ':iU _V7 SEA � L'y ✓ fF� ` tee:/'per i..in •� 77n9 PLA�Zk, By: Mary Jean Pethick 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 800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: reportsfclaimsAzurichna.com Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 Bond No. 7671398 Premium is included in the performance bond Executed in: 2 Counterparts SECTION 1320 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has on December 19, 2023, awarded to All American Asphalt, hereinafter designated as the Principal, a Contract for Project No. 2023-15, FY22/23 PAVEMENT MANAGEMENT PLAN. WHEREAS, said Principal is required to furnish a bond in connection and with said Contract, providing that if said Principal, or any of it or its subcontractors shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland, as Surety, are held and firmly bound unto the City in the just and full amount of One Million Seven Hundred Eighty -Six Thousand Seven Hundred Ninety Dollars and Forty -Seven Cents (1,786,790.47) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, it or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for amount due under the Unemployment Insurance Act with respect to such work or labor, or for any amounts due, or to be withheld pursuant to Sections 18806 of the Revenue and Taxation Code of the State of California with respect to such work or labor, then said surety will pay the same in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees to the City as shall be fixed by the court. This bond shall insure to the benefit of any and all persons, companies, and corporations named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of 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 of this bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Payment Bond 1320-1 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their Corporate seals this 28th day of December 2023, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. All American Asphalt Principal (Seal) Signa ref rincipal Title of Signatory Fidelity and Deposit Company of Maryland Surety (Seal) Signature for Surety Rebecca Haas -Bates, Attorney -in -Fact Title of Signatory 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety (213) 270-0600 Phone # of Surety Jorge Correa Contact Person for Surety Payment Bond 1320-2 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 tnithfillness. accnracv. or validity of that document. State of California County of Riverside On January 4, 2024 before me, Kenona Nazari, Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Nam4jsf of Signer(s}- who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/tae9th& authorized capacity(i%), and that by his/laef/th& signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. *my KENONANAZARI Notary Public • Callfornia I certify under PENALTY OF PERJURY under the laws of the State of Riverside CounryCalifornia that the for oinCommission N 2318601 g g paragraph is true and correct. Comm. Expires Jan 10, 2024 WITNESS my he a official seal. Signature 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 Payment Bond— City of La Quinta Document Date: December 28, 2023 Number of Pages: 3 Signer(s) Other Than Named Above: Rebecca Haas -Bates, Attorney -in -Fact Capacity(ies) Claimed by.Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer —Title(s): Vice President ❑ Corporate Officer — Title(s ❑ Partner ❑ ❑ Limited ❑ General ❑ Partner ❑ ❑ Limited ❑ G era] ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee Top of thumb here Top of thumb here ❑ Trustee ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL .. G.G\clwT14M41w,. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On 12/28/2023 Date before me, L. Gomez, Notary Public Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates Name(sjof Signerr* who proved to me on the basis of satisfactory evidence to be the persona} whose name(§ is/me subscribed to the within instrument and acknowledged to me that fse/she/they executed the same in }1fs/her/thair authorized capacity i*, and that by his(her/thek signature4on the instrument the person(* or the entity upon behalf of which the person('s), acted, executed the instrument. L. GOMEZ amy Notary Public• California Orange County Commission # 2413682 Comm. Expires Aug 23, 2026 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Y. tol;y Signature of No ry Public 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: Payment Bond No. 7671398 Document Date: 12/28/2023 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 ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual [WAttorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: vC\:C'YG�/L\X'i'+l a/Gt [�!CCLG,G%C\'!G'!/ JG\U'•'�G'!/G��i�'�GV SL%["✓,G\�L\ �!!G\ �LG\�L\�L\•:�l�q✓L�;L\✓G�✓G�L\✓SW'�G�,SY[\%G\\VG\ tlG'/' ✓'•\'!S\ o • • :ea :ae • .: •e 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 I, 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 duly 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 loth 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 28th day of December, 2023. - -- -•.`arWoly ybs -o� m�$ SEALJ/3, R°eQP,�l Cemn�.msugµ6 °eJo fin,\9 _mq� SEAL �__ U ms_ '� SEAL Ong Ult� _, By: Mary Jean Pethick 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 800-6264577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: reaortsfclaimsna,zurichna.com Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 SECTION 1330 WORKERS' COMPENSATION INSURANCE CERTIFICATE In accordance with California Labor Code work on the Contract, the Contractor shall certification: Section 1861, prior to commencement of sign and file with the City the following "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Signature Edward J. Carlson Vice President Title Date Workers Compensation Insurance Certificate 1330-1 CONSENT CALENDAR ITEM NO. 5 City of La Quinta CITY COUNCIL MEETING: December 19, 2023 STAFF REPORT AGENDA TITLE: ALLOCATE FUNDING AND AWARD CONTRACT TO ALL AMERICAN ASPHALT FOR THE CITYWIDE SLURRY SEAL IMPROVEMENTS PROJECT NO. 2023-15 LOCATED IN VARIOUS LOCATIONS RECOMMENDATION Allocate $2,061,790 in fiscal year 2022/23 Pavement Management Plan Funding; award a contract to All American Asphalt for the Citywide Slurry Seal Improvements Project No. 2023-15 located in various locations throughout the city; and authorize the City Manager to execute the contract and approve future change orders within the project budget amount. EXECUTIVE SUMMARY • Fiscal year (FY) 2022/23 Pavement Management Plan (PMP) improvements include over 1,800,000 feet of slurry (Attachment 1): ✓ Avenida Martinez: over 290,000 square feet of slurry ✓ Avenida Mendoza: over 260,000 square feet of slurry ✓ Calle Madrid: over 119,000 square feet of slurry, including striping additional parking lanes ✓ Avenida La Fonda: over 160,000 square feet of slurry ✓ Washington Street, between Eisenhower and Avenue Montero: over 180,000 square feet of slurry including bike lanes with buffers; and ✓ Monroe Street: over 755,000 square feet of slurry including striping bike lanes with buffers. ✓ Additive Alternate No. 1: Widen portions of southbound Monroe Street south of Avenue 52 to include a minimum 6-foot-wide bike lane from Avenue 52 to Avenue 62. • All American Asphalt of Corona, California, submitted the lowest responsible and responsive bid at $1,786,790.47 (Attachment 2). Staff recommends awarding the base bid in the amount of $1,396,768 and additive alternates in the amount of $390,022. FISCAL IMPACT The 2022/23 Capital Improvement Program (CIP) allocates $1,500,000 of General Funds with $787,000 in carry-over funding. The following is the project budget: Original Budget Proposed Budget* Design/Professional: $ 60,000 $ 75,000 Construction: $ 1,396,768 $ 1,786,790 Inspection/Testing/Survey: $ 5,000 $ 20,000 Contingency: $ 38,232 $ 180,000 Total Budget: $ 1,500,000 $ 2,061,790 41 *Note: • Coachella Valley Water District (CVWD) will reimburse the City the cost to adjust sewer manholes in the anticipated amount of $11,400. • It is anticipated there will be $225,210 remaining in carry-over funding BACKGROUND/ANALYSIS The PMP funds improvements to maintain and upgrade City roadways. The PMP is divided into phases, and the City typically implements PMP projects during the summer, when traffic congestion is lower. This fiscal year's improvements will slurry over 1,800,000 square feet of pavement and include minor pothole repairs and minor striping improvements. The striping improvements include better delineation for the bike lanes and add green paint backgrounds. Staff recommends awarding additive alternate no. 1 to widen portions of southbound Monroe Street to provide a consistent minimum 6-foot-wide bike lane from Avenue 52 to Avenue 62. On November 8, 2023, staff solicited construction bids from qualified contractors. The City received five (5) bids on December 4, 2023. All American Asphalt of Corona, California, submitted the lowest responsible and responsive bid at $1,786,790.47. The bids came in higher than the engineer's estimate due to the market increase in signing and striping materials. Staff will increase future estimates to account for the market increase and review future project scopes. The bid items including asphalt are also higher than anticipated; however, asphalt is subject to varying rates in the market and may decrease in the future. Contingent upon approval to award the project on December 19, 2023, the following is the project schedule: Council Considers Project Award Execute Contract and Mobilize Construction (35 Working Days) Accept Improvements ALTERNATIVES December 19, 2023 December 20, 2023, to January 19, 2024 January 22 to March 18, 2024 April 2024 Staff does not recommend an alternative. Prepared by: Julie Mignogna, Management Analyst Approved by: Bryan McKinney, P.E., Public Works Director/City Engineer Attachments: 1: Vicinity Map 2: Bid Comparison 42 ATTACHMENT 1 FY 2022/23 Pavement Management Plan Improvement Vicinity Map FRO WAWDR hwy ill WASHINGTON ST. PROJECT SITE AVE. LA FONDA FF. PROJECT SITE AVE. MENDOZA+AVE. MARTINEZ PROJECT SITE CALLE MADRID cAecE 1117AT PROJECT SFE HWY III AVENUE 48 3 �J- AVENUE 50 AVENUE WCINITY MAP SSSCC\\ABLE A �F jNO 1� A.11E 90 AVFNVE 61 AVENUE 87 MOROE STREET PROJECT SITE 43 Bid Opening Date: 12/04/2023 Engineer's Estimate - Base Bid Item Item Description Unit Quantity Unit Price Total Cost 1 Mobilization LS 1 $ 106,000.00 $ 106,000.00 2 Traffic Control LS 1 $ 120,000.00 $ 120,000.00 3 Sawcut, Remove and Dispose of Existing LF 100 $ 45.00 $ 4,500.00 Concrete Curb; Curb and gutter Construct 6" Curb and Gutter per City of 4 La Quinta Standard 201, 3" Dowel into LF 90 $ 120.00 $ 10,800.00 Adjacent Existing Concrete Curb Construct 6" Curb per City of La Quinta 5 Standard 210, 3" Dowel into Adjacent LF 10 $ 110.00 $ 1,100.00 Existing Concrete Curb 6 Crack Seal and Type 1, Latex Emulsion SF 33,295 $ 0.35 $ 11,653.25 Aggregate Slurry 7 Crack Seal and Type II, Latex Emulsion SF 1,800,670 $ 0.35 $ 630,234.50 Aggregate Slurry 8 Pavement Repair Type I: 2" Grind and SF 38,583 $ 3.00 $ 115,749.00 Asphalt Concrete Overlay Pavement Repair Type II : Edge Repair 9 AC Showing; Grind AC Shoving 2" Below SF 90 $ 35.00 $ 3,150.00 Adjacent Surface and 2" Overlay Pavement Repair Type III: Remove AC 10 (4 1/2"), Compact Existing Base, and SF 332 $ 30.00 $ 9,960.00 Variable Overlay (4 1/2" - 5 1/2" 11 Signing and Striping, Including All LS 1 $ 150,000.00 $ 150,000.00 Incidentals Sub -Total Base Bid: $ 1,163,146.75 BID ADDITIVE ALTERNATE NO. 1 Item Item Description Unit Quantity Unit Price Total Cost 1 Mobilization LS 1 $ 24,000.00 $ 24,000.00 2 Traffic Control LS 1 $ 20,000.00 $ 20,000.00 3 Dust Control LS 1 $ 10,000.00 $ 10,000.00 4 Earthwork CY 1,300 $ 57.69 $ 74,997.00 5 Remove Roadway Section to Full Depth Required for Proposed Roadway Width SF 5,400 $ 5.00 $ 27,000.00 6 Construct 5" Asphalt Concrete Pavement Over 6" Aggregate Base SF 20,430 $ 5.50 $ 112,365.00 7 2" Grind and Asphalt Concrete Overlay SF 3,614 $ 3.00 $ 10,842.00 8 Signing and Striping, Including All Incidentals LS 1 $ 20,000.00 $ 20,000.00 Sub -Total Additive Alternative No.1 Bid: $ 299,204.00 BID ADDITIVE ALTERNATE NO. 2 Item Item Description Unit Quantity Unit Price Total Cost 1 Lower Sewer Manhole to Grade per EA 8 $ 1,100.00 $ 8,800.00 CVWD Standards 2 Raise Sewer Manhole to Grade per EA 8 $ 1,400.00 $ 11,200.00 CVWD Standards Sub -Total Additive Alternative No.1 Bid: $ 20,000.00 FY 22/23 Pavement City Bid Management Plan Project No. 2023-15 Comparison $ $ $ $ $ $ $ $ $ $ $ American Asphalt South, Inc. Unit Price Total Cost 60,000.00 $ 60,000.00 172,000.00 $ 172,000.00 86.00 $ 8,600.00 184.00 $ 16,560.00 165.00 $ 1,650.00 1.00 $ 33,295.00 0.34 $ 612,227.80 3.60 $ 138,898.80 23.00 $ 2,070.00 35.00 $ 11,620.00 409,000.00 $ 409,000.00 $ 1,465,921.60 $ $ $ $ $ $ $ $ $ $ $ Pavement Unit Price 70,000.00 300,000.00 84.00 180.00 158.00 0.80 0.32 3.50 23.25 34.70 348,000.00 ATTACHMENT 2 All American Asphalt Roy Allen Slurry Seal, Inc. Coatings Co. Hardy & Harper, Inc. Unit Price Total Cost Unit Price Total Cost Total Cost Unit Price Total Cost $ 152,000.00 $ 152,000.00 $ 76,000.00 $ 76,000.00 $ 70,000.00 $ 58,500.00 $ 58,500.00 $ 57,000.00 $ 57,000.00 $ 153,500.00 $ 153,500.00 $ 300,000.00 $ 1,980,000.00 $ 1,980,000.00 $ 128.00 $ 12,800.00 $ 88.00 $ 8,800.00 $ 8,400.00 $ 114.00 $ 11,400.00 $ 78.00 $ 7,020.00 $ 190.00 $ 17,100.00 $ 16,200.00 $ 182.00 $ 16,380.00 $ 195.00 $ 1,950.00 $ 170.00 $ 1,700.00 $ 1,580.00 $ 270.00 $ 2,700.00 $ 0.87 $ 28,966.65 $ 0.35 $ 11,653.25 $ 26,636.00 $ 1.12 $ 37,290.40 $ 0.32 $ 576,214.40 $ 0.33 $ 594,221.10 $ 576,214.40 $ 0.48 $ 864,321.60 $ 2.86 $ 110,347.38 $ 3.70 $ 142,757.10 $ 135,040.50 $ 5.00 $ 192,915.00 $ 117.00 $ 10,530.00 $ 24.00 $ 2,160.00 $ 2,092.50 $ 117.00 $ 10,530.00 $ 45.00 $ 14,940.00 $ 36.00 $ 11,952.00 $ 11,520.40 $ 42.00 $ 13,944.00 $ 425,000.00 $ 425,000.00 $ 395,549.00 $ 395,549.00 $ 348,000.00 $ 311,000.00 $ 311,000.00 $ 1,396,768.43 $ 1,415,392.45 $ 1,495,683.80 $ 3,498,981.00 Unit Price Total Cost $ 17,000.00 $ 17,000.00 $ 48,000.00 $ 48,000.00 $ 13,000.00 $ 13,000.00 $ 105.00 $ 136,500.00 $ 4.40 $ 23,760.00 $ 6.60 $ 134,838.00 $ 3.70 $ 13,371.80 $ 14,500.00 $ 14,500.00 $ 400,969.80 Unit Price Total Cost $ 7,150.00 $ 7,150.00 $ 89,100.00 $ 89,100.00 $ 10,450.00 $ 10,450.00 $ 297.00 $ 386,100.00 $ 12.10 $ 65,340.00 $ 14.30 $ 292,149.00 $ 7.00 $ 25,298.00 $ 340,600.00 $ 340,600.00 $ 1,216,187.00 Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost $ 650.00 $ 5,200.00 $ 1,500.00 $ 12,000.00 $ 1,450.00 $ 11,600.00 $ 1,375.00 $ 11,000.00 $ 2,750.00 $ 22,000.00 $ 775.00 $ 6,200.00 $ 1,500.00 $ 12,000.00 $ 1,450.00 $ 11,600.00 $ 1,375.00 $ 11,000.00 $ 2,750.00 $ 22,000.00 $ 11,400.00 $ 24,000.00 $ 23,200.00 $ 22,000.00 $ 44,000.00 Grand Total Base Bid Including Additive Alternates No. 1 & 2 : $ 1,482,350.75 $ 1,786,790.47 $ 1,840,362.25 $ 1,872,454.00 $ 19940,141.00 $ 4,759,168.00 Total Base Bid Including Additive Alternate No. 1 $ 1,462,350.75 $ 1,775,390.47 $ 1,816,362.25 $ 1,849,254.00 $ 19918,141.00 $ 4,715,168.00 Base Bid Only $ 1,163,146.75 $ 1,396,768.43 $ 1,415,392.45 $ 1,465,921.60 $ 1,495,683.80 $ 3,498,981.00 Miscalculations and rounding errors 45