Loading...
HomeMy WebLinkAboutID# 14-621 Highland Construction, Inc. Construction Agreement SB Decelaration Lane Improv I-15 Railroad Canyon Rd CIP Project 4432CITY OF LADELSII IOFZE �� [�arnnn LXnunae. REPORT TO CITY COUNCIL TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: GRANT M. YATES CITY MANAGER DATE: JUNE 9, 2015 SUBJECT: AWARD CONSTRUCTION CONTRACT TO HIGHLAND CONSTRUCTION, INC. FOR SOUTHBOUND DECELERATION LANE IMPROVEMENT ON INTERSTATE 15 AT RAILROAD CANYON ROAD - CIP PROJECT No. 4432 Recommendations 1. Award the Agreement for Public Works Construction to the lowest responsive and responsible bidder, Highland Construction, Inc., in the amount of $858,554.50 for the Southbound Deceleration Lane Improvement on Interstate 15 at Railroad Canyon Road. 2. Authorize the City Manager to execute the Agreement in the final form approved by the City Attorney. 3. Authorize the City Manager to execute contract change orders not to exceed 15% of the contract pursuant to requirements set forth in the construction agreement. 4. Authorize the Director of Public Works to record the Notice of Completion once it is determined the work is complete and the improvements are accepted. Background Southbound Interstate 15 at Railroad Canyon Road will remain open during construction of the project. The existing roadway includes a single lane. The roadway must be widened to provide additional traffic capacity. Caltrans has agreed to provide $500,000 through SHOPP Funds for the project. The project is expected to commence in July 2015 and be completed in 70 working days. The proposed project improvements will add a deceleration lane for Interstate 15 southbound at the Railroad Canyon Road off -ramp. The work includes SB Deceleration Lane Improvement on 1 -15 at Railroad Canyon Road June 9, 2015 Page 2 of 3 installation of temporary K -rail, temporary restriping of 1 -15 southbound through lanes and off ramp, removal of existing Portland Cement Concrete (PCC) paved shoulder, earthwork, drainage improvements, construction of a new Jointed Plane Concrete Pavement (JPCP) deceleration lane, asphalt concrete paved shoulder, new freeway overhead sign, signing and striping, and related construction associated with the Project. Construction of the deceleration lane at the southbound exit ramp will provide additional capacity in advance of the ultimate 1 -15 /Railroad Canyon Interchange. Discussion Contractor bids were opened publicly on June 1, 2015, at 2:00 p.m. The City received four (4) bids ranging from the low bid by Highland Construction to the high bid by All American Asphalt. The bid results are summarized below: Contractor (Bidder) Location Bid Amount 1. Highland Construction, Inc. Orange, CA $ 858,554.50 2. Riverside Construction Co, Inc. Riverside, CA $ 938,322.00 3. Powell Constructors, Inc. Fontana, CA $ 943,367.40 4. All American Asphalt Corona, CA $1,035,918.10 The bids were evaluated based upon competitive pricing, understanding of scope, direct experience with similar projects, ability to provide manpower and equipment to timely complete the work, and qualifications. The 70 working day contract will begin once all documents have been executed and a notice to proceed has been issued. After reference checks and review of recent similar construction projects that were successfully completed with other agencies, it was determined that the City Council should accept the Highland bid. The materials available for inspection are adequate for City staff to support a recommendation that the bid is responsive in the context of completing the project as specified. SB Deceleration Lane Improvement on 1 -15 at Railroad Canyon Road June 9, 2015 Page 3 of 3 Fiscal Impact Sufficient funds have been allocated in the approved Fiscal Year 2014/2015 Capital Improvement Plan budget for the 1 -15 /Railroad Canyon Road Southbound Exit Ramp Deceleration Lane Project. The project will be funded by T.R.I.P Program revenue and SHOPP grant funds. Prepared by: Deepak Solanki Consultant Project Manager Approved by: Jim Smith, P.E. Interim Director of Public Works Approved by: Jason Simpson Director Administrative Services Department Approved by: Grant Yates, City Manager Attachments: Agreement for Public Works Construction AGREEMENT FOR PUBLIC WORKS CONSTRUCTION Highland Construction, Inc. Southbound Deceleration Lane Improvement 1 -15 at Railroad Canyon Road This Agreement for Public Works Construction ( "Agreement') is made and entered into as of June 09, 2015, by and between the City of Lake Elsinore, a municipal corporation ( "City ") and Highland Construction, Inc., ( "Contractor "). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1. The Project and Project Documents. Contractor agrees to construct the following public improvements ( "work ") identified as: Southbound Deceleration Lane Improvement 1 -15 at Railroad Canyon Road (the "Project') The City- approved plans for the construction of the Project, which are incorporated herein and are identified as: Southbound Deceleration Lane Improvement 1 -15 at Railroad Canyon Road The Project Documents include this Agreement and all of the following: (1) the Notice Inviting Bids, Instructions to Bidders, Bid Documents including Bidder's Proposal as submitted by the Contractor, Contract Documents, General Specifications, Special Provisions, and all attachments and appendices; (2) everything referenced in such documents, such as specifications, details, standard plans or drawings and appendices, including all applicable State and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or extending the work contemplated as may be required to insure completion in an acceptable manner. All of the provisions of the above - listed documents are made a part of this Agreement as though fully set forth herein. Compensation. For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to construct the Project, including furnishing all materials and performing all work required for the Project, and to fulfill all other obligations as set forth in the Bidder's Proposal, such contract price being EIGHT HUNDRED FIFTY EIGHT THOUSAND FIVE HUNDRED FIFTY FOUR DOLLARS AND FIFTY CENTS ($858,554.50). b. City hereby promises and agrees to employ, and does hereby employ, Contractor to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Project Documents. Southbound Deceleration Lane hoprovement I -15 at Rai do ad Canyon Road 2015 C. Contractor agrees to receive and accept the prices set forth in the Bidder's Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the Project Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 3. Completion of Work. a. Contractor shall perform and complete all work within Seventy (70) working days from the date of commencement specified in the Notice to Proceed, and shall provide, furnish and pay for all the labor, materials, necessary tools, expendable equipment, and all taxes, utility and transportation services required for construction of the Project. b. All work shall be performed and completed in a good workmanlike manner in strict accordance with the drawings, specifications and all provisions of this Agreement as hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and any other legal requirements governing the Project. G. Contractor shall not be excused with respect to the failure to so comply by any act or omission of the City, the Director of Public Works, the City Engineer, a City inspector, or a representative of any of them, unless such act or omission actually prevents the Contractor from fully complying with the requirements of the Project Documents, and unless the Contractor protests at the time of such alleged prevention that the act or omission is preventing the Contractor from fully complying with the Project Documents. Such protest shall not be effective unless reduced to writing and filed with the City within three (3) working days of the date of occurrence of the act or omission preventing the Contractor from fully complying with the Project Documents. d. City and Contractor recognize that time is of the essence in the performance of this Agreement and further agree that if the work called for under the Agreement is not completed within the time hereinabove specified, damages will be sustained by the City and that, it is and will be impracticable or extremely difficult to ascertain and determine the actual amount of damages the City will sustain in the event of, and by reason of, such delay. It is, therefore, agreed that such damages shall be presumed to be in the amount of Nineteen Hundred dollars ($1900.00) per calendar day, and that the Contractor will pay to the City, or City may retain from amounts otherwise payable to Contractor, such amount for each calendar day by which the Contractor fails to complete the work, including corrective items of work, under this Agreement within the time hereinabove specified and as adjusted by any changes to the work. 4. Changes to Work. City and Contractor agree that the City may make changes to the work, or suspend the work, and no matter how many changes, such changes or suspensions are within the contemplation of the Contractor and City and will not be a basis for a compensable delay claim against the City nor be the basis for a liquidated damages claims against the Contractor. Page 2 5. Any change to the work shall be by way of a written instrument ('change order ") signed by the City and the Contractor, stating their agreement to the following: a. The scope of the change in the work; b. The amount of the adjustment to the contract price; and c. The extent of the adjustment to the Schedule of Performance. The Director of Public Works is authorized to sign any change order provided that sufficient contingency funds are available in the City's approved budget for the Project. All change in the work authorized by the change order shall be performed under the applicable conditions of the Project Documents. City and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustments for such changes. 6. Bonds. Contractor shall provide, before commencing work, a Faithful Performance Bond and a Labor and Material Bond, each for one - hundred percent (100 %) of the contract price in the form that complies with the Project Documents and is satisfactory to the City Attorney. 7. Non - Assignability. Neither this Agreement nor any rights, title, interest, duties or obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed of by Contractor without the prior written consent of City. 8. Licenses. Contractor represents and warrants to City that it holds the contractor's license or licenses set forth in the Project Documents, is registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business license. 9. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Contractor from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By Page 3 execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 10. Insurance Requirements. a. Insurance. Contractor, at Contractor's own cost and expense, shall procure and maintain, for the duration of the Agreement, unless modified by the City's Risk Manager, the following insurance policies. i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his /her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. In the event that Contractor is exempt from Worker's Compensation Insurance and Employer's Liability Insurance for his /her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. ii. Commercial General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liability Coverage. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non -owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 ( "any auto "). No endorsement may be attached limiting the coverage. V. Builder's Risk Coverage. Prior to the commencement of any construction of the Project, Contractor shall obtain (or cause to be obtained) and keep in force during the term of any construction, builder's risk insurance insuring for all risks of physical loss of or damage (excluding the perils of earthquake and flood). Page 4 V. Professional Liability Coverage [if applicablel. Contractor shall maintain professional errors and omissions liability insurance appropriate for Contractor's profession for protection against claims alleging negligent acts, errors or omissions which may arise from Contractor's services under this Agreement, whether such services are provided by the Contractor or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims -made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general commercial liability and automobile liability insurance policy shall be with insurers possessing a Best's rating of no less than A:VII and shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured with respect to liability arising out of work performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self- insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. C. Deductibles and Self- Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City. At the City's option, Contractor shall demonstrate financial capability for payment of such deductibles or self- insured retentions. d. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 11. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be Page 5 addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Contractor: Highland Construction, Inc. 133 N. Pixley Street Orange, CA 92868 12. Entire Agreement. This Agreement constitutes the complete and exclusive statement of agreement between the City and Contractor. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 13, Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney, 14. Assignment and Subcontracting. Contractor shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of the Contractor under this Agreement will be permitted only with the express consent of the City. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 15. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 16. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 17. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 18, Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys' fees. Page 6 19. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 20. Authority to Enter Agreement and Administration. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non - monetary changes in the scope of services; and /or (d) suspend or terminate the Agreement. The Director of Public Works shall act as the Project administrator on behalf of the City. 21. Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 22. Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non - discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 23. Prevailing Wages. a. Contractor and all subcontractors shall adhere to the general prevailing rate of per diem wages as determined and as published by the State Director of the Department of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore and are available for review upon request. b. Contractor's attention is directed to the provisions of Labor Code Sections 1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these Sections. The statutory provisions for penalties for failure to comply with the State's wage and the hours laws will be enforced. Page 7 C. Labor Code Sections 1774 and 1775 require the Contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations, Labor Code Section 1776 requires the Contractor and all subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures and certain notices required of the Contractor pertaining to their location. The statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner without regard to when the Project was awarded to Contractor. d. Labor Code Section 1777.5 requires Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project, which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the Agreement. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade and if other contractors on the public works site are making such contributions. Information relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age. e. Eight hours labor constitutes a legal day's work, as set forth in Labor Code Section 1810. 24. Execution, This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. [Signatures on next page] Page 8 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. "CITY" CITY OF LAKE ELSINORE, a municipal corporation "CONTRACTOR" HIGHLAND CONSTRUCTION, INC., a (Private Corporation) Grant Yates, City Manager By: Its: ATTEST: City Clerk APPROVED AS TO FORM: City Attorney By: Its: Page 9 CITY OF LAKE ELSINORE CIP Project No. 4432 SECTION C - BID DOCUMENTS C -1 CITY OF LAKE ELSINORE CIP Project No. 4432 BIDDER'S PROPOSAL SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. (CIP PROJECT NO. 4432) Company: Highland Construction, Inc. Honorable Mayor Members of the Council: In accordance with the Notice Inviting Bids pertaining to the receiving of sealed proposals by the City Clerk of the City of Lake Elsinore for the above titled improvement, the undersigned hereby proposes to furnish all Work to be performed in accordance with the Specifications, Standard Drawings, and the Contract Documents, for the unit price or lump sum set forth in the following schedule: Time of Completion: Fifty (50) Working Days from Issuance of Notice to Proceed (NTP) by City to Contractor. Installation of Overhead Sign Structure and Lighting within Seventy (70) Working Days from Issuance of Notice to Proceed (NTP) by City to Contractor. BID SCHEDULE A C -2 ITEMS UNIT ESTIMATED QUAN TITY UNIT PRICE AMOUNT tITEM *DESCRIPTION LS 1 17Oi_CE PLAN (STRIPE LS 1 I Soo EE, o � EMENT LS 1 15 vu 15 c�c"� 4 130300 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1/ 5 130330 STORM WATER ANNUAL REPORT LS 1ba2� �OOC7 6 130560 TEMPORARY SOIL BINDER LS 1 7 130620 TEMPORARY DRAINGE INLET PROTECTION EA 3 w o 1 sc:3 8 130640 TEMPORARY FIBER ROLL LF 200 14 gU0 9 130610 TEMPORARY CHECK DAM LF 120 10 130680 TEMPORARY SILT FENCE LF 2,000 710 TEMPORARY CONSTRUCTION ENTRANCE EA 1 900 TEMPORARY CONCRETE WASHOUT EA 1 T14120100 000 TEMPORARY FENCE (TYPE ESA) LS 1 I po 1 1 0 0 TRAFFIC CONTROL SYSTEM (INCLUDING CONSTRUCTION AREA SIGNSab LS 1 0 l r .30 r5 E� C -2 CITY OF LAKE ELSINORE CIP Project No. 4432 ITEM ESTIMATED UNIT ITEM CODE DESCRIPTION OF ITEMS UNIT QUANTITY PRICE AMOUNT TEMPORARY TRAFFIC STRIPE LF 7,600 PAINT AND PAVEMENT MARKERS 120165 CHANNELIZERS (SURFACE EA 13 [NO. MOUNTED 120300 TEMPOARY PAVEMENT MARKERS EA 160 128650 PORTABLE CHANGEABLE LS 2 �(5vu Joc�a MESSAGE SIGN 19 129000 TEMPORARY RAILING (TYPE K) LF 1,760 20 150662 (F) REMOVE METAL BEAM GUARD LF 62.5 21 150711 REMOVE TRAFFIC STRIPE AND LF 15,200 0, qs PAVEMENT MARKERS REMOVE BASE AND SURFACING 22 150860 (F) (INCLUDING EDGE DRAINS, VENTS, CY 1,230 &OUTLETS 23 152387 O F RELOCATE ROADSIDE SIGN (TWO EA 1 y �J� DSO POST)1 24 160102 CLEARING AND GRUBBING LS 1 ) d0 i [ `200 j 25 170101 DEVELOP WATER SUPPLY LS 1 01310 i el i ' I O 26 190101 ROADWAY EXCAVATION - CY 590 62- 3 (,590 27 203015A EROSION CONTROL TYPE 2 (BFM) SF 11,530 eD, lig 5O 28 203027 EROSION CONTROL TYPE I(BFM) SF 11,490 29 203033 SF 11,530 p. %rj g�417,'° PRODUCT(BLANNKEONTROL 30 204096 MAINTAIN EXISTING PLANTED LS 1 �5v� ,�a5o 0 AREAS 31 220101 FINISHING ROADWAY LS 1 GO 32 260203 (F) CLASS 2 AGGREGATE BASE CY 420 )'73ba 33 350200 BASE BOND BREAKER SO YD 2,140 34 280000 (F) LEAN CONCRETE BASE CY 250 1 35 390129 HOT MIX ASPHALT - TYPE A TON 290.0 1041 3'b 1(, O 36 395000 LIQUID ASPHALT (PRIME COAT) TON 3.5 1500 5�)-5U 37 401050 JOINTED PLAIN CONCRETE CY 890 a,35 PAVEMENT ,�oq'So 38 404093 SEAL ISOLATION JOINT LF 1,372 / O 137,2D 39 414241 JOINT SEAL (SILICONE) LF 1,404 7 I$L8 40 420201 GRIND EXISTING CONCRETE SO 1,830 �{ ILI (C' ;Z,O PAVEMENT YD -5 41 510502 MINOR CONCRETE (MINOR CY 2.0 O 027bo0 STRUCTURE 42 560218 (F) FURNISH SIGN STRUCTURE LB 23,45035 gry3gs TRUSS 43 560219 (F) INSTALL SIGN STRUCTURE LB 23,450 �'N� (TRUSS) C -3 CITY OF LAKE ELSINORE CIP Project No. 4432 TEM ESTIMATED UNIT NO. [44 ITEM CODE DESCRIPTION OF ITEMS UNIT QUANTITY PRICE AMOUNT 560244 (F) _ _ FURNISH LAMINATED PANEL SIGN " SO 350 _j2 ff��9v 1 -TYPEA FT _ 60" CAST -IN- DRILLED -HOLE 45 561016 (F) CONCRETE PILE (SIGN LF 25 FOUNDATION 46 566012 ROADWAY SIGNS (TWO POST) EA 2 (pio i,22Cs 47 665006 8" CSP (0.079" THICK) IRRIGATION LF 28 CROSSOVER 48 680283 3" PLASTIC PIPE UNDERDRAIN LF 35 MINOR CONCRETE 49 731502 (MISCELLANEOUS CY 3.90 .L'C(S / 1 CONSTRUCTION I _3a °.Sv 50 832007 (F) MIDWEST GUARDRAIL SYSTEM LF 125.0 /' (WOOD POST) Y .] 51 839581 (F) END ANCHOR ASSEMBLY (TYPE EA 1 f]oq SFT 50c> 52 839584 (F) ALTERNATIVE IN -LINE TERMINAL EA 2 H SYSTEM 50 n -vo 53 839541 (F) TRANSITION RAILING (TYPE WB) EA 1 � �- .�� 75 S9 1S 54 840501 THERMOPLASTIC PAVEMENT STRIPE LF 1,740 is THERMOPLASTIC TRAFFIC STRIPE LF 8,650 q, nYABLE 5i qD E55840560 PAVEMENTS MARKER (NOW EA 352 j/D 3z REFLECTIVE 3, _ PAVEMENTS MARKER (RETROREFLECTIVE ) EA 276 5t7 IDZI`Z. 58 860401 TRAFFIC COUNT STATION LS 1 Ili 59 860551 LIGHTING AND SIGN ILLUMINATION LS 1 D7&;Oo 60 999990 MOBILIZATION (A./-5%) LS 1 ?�rj <9pobGo Total Bid Price $ (Based on estimated quantities of Items 1 through 60) Note: Estimated quantities are for the purpose of Bid comparison only payments will be made on the basis of actual measurement of Work completed, except for lump sum (LS) and final pay (F) quantities. (S) denotes a specialty item. The Bid Price shall include, but not be limited to, sales tax and all other applicable taxes and fees. �a �JC7 SCHEDULE A Total Bid: 81 sr //4 _ (Figures *) SCHEDULE A Total Bid: F) �'1,,T NUonet:p It - - -) - - - -� — i�,tlr 7 �-Jov�� �'I �G- Hvt�nrcD ��C��l' -�vrz (Words *) J -- - - ��Lwa22 *BID MAY BE REJECTED IF TOTAL IS NOT SHOWN FOR BOTH FIGURES AND WORDS. C -4 CITY OF LAKE ELSINORE CIP Project No. 4432 Project construction is funded with Caltrans State Highway Operation and Protection Plan (SHOPP) funds and City Transportation Road Improvement Program (T.R.I.P) funds, which require conformance with State Requirements including Caltrans Encroachment Permit conditions. The undersigned agrees to enter into and execute a contract, with necessary bonds, at the unit prices set forth herein and in case of default in executing such contract, with necessary bonds, the check or bond accompanying this bid and the money payable thereon shall be forfeited thereby to and remain the property of the City of Lake Elsinore. The above unit prices include all work appurtenant to the various items as outlined in the Specifications and all work or expense required for the satisfactory completion of said items. In case of discrepancies between unit prices and totals, the unit prices shall govern. The undersigned declares that it has carefully examined the Plans, Specifications, and Contract Documents, and has investigated the site of the work and is familiar with the conditions thereon. HighLand Construction, Inc. Contractor r r Date: B � / /y y; M. Ahtnadi, Pres i.dC�j� Contractors State License No.: 743775 Class: A Address: 133 N. Pixley Street Orange, CA 92869 Phone: 714 -538 -51.56 PAX: 714 - 538-5157 C -5 CITY OF LAKE ELSINORE CIP Project No. 4432 ACKNOWLEDGMENT OF ADDENDA RECEIVED SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. - (CIP PROJECT NO. 4432) The Bidder shall acknowledge the receipt of addenda by placing an "X" by each addendum received. Addendum No. 1 X Addendum No. 2 Addendum No.3 Addendum No.4 If an addendum or addenda have been issued by the City and not noted above as being received by the Bidder, the Bid Proposal may be rejected. C -6 Date CITY OF LAKE ELSINORE CIP Project No. 4432 NON - COLLUSION AFFIDAVIT SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. (CIP PROJECT NO. 4432) STATE OF CALIFORNIA ) ) SS COUNTY OF orange ) (NAME) M. Ahmadi affiant being first duly sworn, deposes and says: That he or She Is President (sole owner, partner or other proper title) of Hi.ghLand Construction, Inc. the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associations, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham Bid. (Public Contract Code Section 7106) Address: 133 N. Pixley Street, Orange, CA 92868 TE Pr Si! 714- 53fl -51.5h Title: President Date: iLL SIGNING INSTRUCTIONS TO THE CONTRACTOR Non - Collusion Affidavit must be accompanied by notary certificates for signature. Note the description of the document on the notary certificate. Attach notary certificate immediately following this page. If the Bidder fails to properly sign or omits the required signature, the bid will be considered non - responsive and will be rejected. C -7 A notary public or other officer completing this certificate verl5es only the identity of the insi ldual v ✓ho 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 JURAT Subscribed and sworn to (or affirmed) before me on this � s� day of ._ pT�Ao e- 1 20 J , by. t • P Y\ M Al proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Slgnatu i OPTIONAL INFORMATION ERIN M. M: RICHARDSON Commission # 1942309 _ :P Notary public • California z Orange County > My Comm. Expires Jul 22, 2015 y +.���.� (Seal) Although the information in this section Is not required bylaw, it could prevent fraudulent removal and reattachment of this jurat to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document This certificate is attached to a document titled /for the purpose of NUS- COIF -u��N (A- - 50QJV\-N Q(N(6 1 Cf�`d2f� OtJ V-d� Pie, C-1 containing pages, and dated Method of Affi ant Identification Proved to me on the basis or satisfactory evidence: Lo form(s) of identification Q credlblewitness(es) Notarial event is detailed in notary journal on: Page k Entry F Notary contact: ............. Other ] Affiant(s)Thumbprint(s) ❑ Describe PYr 9 Y Y OSO). All Rights Reserved. Item Number 101884. Please contact your Authorized Roseller to purchase copier of this form. OCO LMIaO)�]OlaNOtm RO[lr Inc. PO BOx 01400, De Atolnes�lA50311� CITY OF LAKE ELSINORE CIP Project No, 4432 BOND NO. 15 -A PREMIUM: NIL BIDDER'S BOND SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. (CIP PROJECT NO. 4432) ALL MEN OR WOMEN BY THESE PRESENTS: we HIGHLAND CONSTRUCTION, INC. as CIPAL, hereinafter referred to as "Contractor", and THE GUARANTEE COMPANY OF NORTH AMERICA USA a di ply authorized carporate as "Surety," are held and firmly bound unto the City of Lake Elsinore in tee penal sum of TEN PERCENT (10 %) OF THE TOTAL AMOUNT OF THE BID of the Contractor above named, submitted by said Contractor to the City of Lake Elsinore for the work for paid project entitled above, for the payment of which sum in lawful money of the United States, well and truly to be made, to the City of Lake Elsinore to which said bid was submitted, we pind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the amquntOf TEN PERCENT OF AMOUNT BID (10 7 ) TH4 CONDITION OF THIS OBLIGATION IS SUCH Thai whereas the Contractor has submitted the above-mentioned Bid to the City of Lake Eisifore as aforesaid for the work for said project entitled above. NO , THEREFORE, if the aforesaid Contractor is awarded the Contract and, within the time and . manner required under the Contract documents, after the prescribed forms are presented to him I or her for signature, enters Into a written Agreement in the prescribed form and in accordance with the Contract documents, and files two bonds with the City of Lake Elsinore, one to guarantee faithful performance and the other to guarantee payment for labor and mat rials, in accordance with said Contract documents, and as required by law, and files the re, red insurance certificate(s) in accordance with said Contract documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and effect until exequtlon of the Agreement or forfeiture pursuant to the Provisions of Sections 20172 and 20114 of the Public Contract Code. In the event suit is brought upon this bond by the City and judgment is recovered, the Surety shall! pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixer by the court, (SIGNATURE PAGE FOLLOWS) C -8 CITY OF LAKE ELSINORE CIP Project No, 4432 BIDDER'S BOND SIGNATURE PAGE SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. (CIP PROJECT NO, 4432) IN ITNESS WHEREOF, we have hereunto set our hands and seals on Ihiq 27TH1ay of MAY 2015 CORPORATE SURETY: HIGHLAND THE GUARANTEE COMPANY r Name: CONSTRUCTION, INCA Company Name: OF NORTH AMERICA USA 133 NORTH PIXLEY STREET Address; 6303 OWENSMOUTH AVENUE, 10TH FLOOR ucANUt, GA 9z668 WOODLAND HILLS, CA 91367 No.: 714- 538 -5156 Telephone No.: 818- 936 -2845 Name: M. Ahmadi Print Name: CHARLES L. FLAKE Title President Title: ATTORNEY -IN -FACT Sig a - t Signature; Date: June 1 2015 --- Date: MAY 27, 2015 SIGNING INSTRUCTIONS TO THE CONTRACTOR Bid t er'a Bond must be accompanied by notary certificates for EACH signature, Note the description of the document on the notary certificate. Attach BOTH notary certificates imnf distely following this page. Cor lorate Seal may be affixed hereto. Thettorney -in -fact for corporate surety must be registered, as such, in at least one county In the State of California. Attach one original Power of Attorney Immediately folloring the notary certificates, If tht Bidder fails to properly sign or omits the required signatures, the bid will lye cons Idered non - responsive and will be rejected, C -9 CALIFORNIA 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 Orange On 5 -27 -15 before me, Lexie Sherwood Notary Public, Hale Insetl Name of Notary exactly as it appears on the official seal personally appeared _Charles L. Flake _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the , �, v person(s), or the entity upon behalf of which the person(s) LEXIE SHERWOOD L [,E S acted, executed the instrument. GOMM. # 2031782 'E`'`'� NOTARY PUBLIC • CALIF ORNUI -W-... 0 1 certify under PENALTY OF PERJURY under the laws of ORANGE COUNTY '{ GommComm. Exm 17 the State of California that the foregoing paragraph is true 4v�^vw and correct. Witness my hand and official seal. Signature C4/ t 4Gv776C� Place Notary Seal Above Signature of ota Pubic Lexper Sherwood - OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: _ Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer -- Title(s): ❑ Corporate Officer — Title(s): ❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee • ❑ Trustee • ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: THE The Guarantee Company of North America USA GUARANTEE" POWER OF ATTORNEY Southfield, Michigan KNOW ALL EY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office In Southfield, Michigan, does hereby constitute and appolnt David L. Culbertson, Charles L. Flake, Richard A. Coon, Spencer Flake Culbertson Insurance Services, Inc. its true and lawful atemey(s)- imfact to execute, seal and deliver for and on its behalf as surely, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. .The execution of such instmmoril in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY Or NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the Sy -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting hold on the 31" day of December, 2003, The President, or any Vice President, acting with any Secretary or-Assistant Secretary, shall have power and authority: 1, To appolnt Attorney(s)- in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undenaldngs, contracts of indemnity and other writings obligatory in the nature thereof; and -2. To revoke, at any time, any such Attorney -in -fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it Is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surely company of any of its obligations under its bond. A. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fect cannot be modified or revoked unless prior written personal notioe of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Furgier, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shell have the same force and effect as though manually affixed. n IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and he corporate seal to be aKxed by its authorized officer, this 23rd day of February, 2012. THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, President & COO Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2D12 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Taker Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify the( the above and foregoing Is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. o wwr =rc� IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 2 7th day of May 2015 � G a .dry- �.�•.-b� a Randall Musselman, Secretary CALIFORNIA ALL- PURPOSE CERTIFICATE OF 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%Ro�� } On ('0 before me \C�1Pc�J�1 , `Vu \^\ bliet -mere ms�ler name an it e o I ee o seer � A � � " "� � � • personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ._ ERIN M RICHARDSON WITNESS my hand and official seal. Commission # 1942309 z -d Notary Public . California z �- z x;,. Orange County x• My Comm. Expiras Jul 22, 2015' Not ry Public Si Lure (Notary Public Seal) A INSTRUCTIONS FOR COWLETtNG TMS FORM ADDITIONAL OPTIONAL INFORMATION Tbelinrncoaplresudrh currentCalifania statutes regardbngnotary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT ifnceded, sho ld be conrpletedaudalrached io thedocumem. Acknowledgments frronr other states nmy be completed for documents being sent to Moisture so long as California notary to vi tang e a[) • ( document) ' rely where the document Tide\ r description o (tache� d document County ^ ^� acknowledgment. �/i en d ggment. personally appeared before e the n lire ipublis . ate os) appeared (Title or description of attached document con ued) g om personally which must also be the same date the acknowledgment is completed. t��� • 'the notary public must print his or her name as it appears within his or her Number of Pages Document Date.(,rp�t� the follows() by a comma and men your title (notary public). • Print the mme(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect tomes (re ❑ Individual (S) beAlie/kheyr is lore) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. EP,'Corporate Officer • The notary seal impression most be clear and photographically reproducible. ^CI Impression must not cover text or lines. If seal impression smudges, ie -seal if a tle) sufficient area pennits, otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney -in -Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other Indicate title or type of attached doeurnent, number of pages and dale. Indicate the capacity claimed by the signer. If the claimed capacity is a — corporate officer, indicate the tide (i e. (TO, (PO, Secretary). 2015 Version www.NotaryClasses.com 800- 873-0865 • Securely attach this documentto the signed docurnentwith a staple. CITY OF LAKE ELSINORE CIP Project No. 4432 LIST OF SUBCONTRACTORS SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. (CIP PROJECT NO, 4432) The bidder is required to fill in the following blanks in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Chapter 2 of Division 5, Title 1 of the Government Code of the State of California) and should familiarize itself with Sections 2 -3 of the Standard Specifications. Name Under Which Subcontractor is Licensed: LOIM(1cz�k;1 l vb 'e'06U Offo- L' License Number. `70.5 1 q- Address of Office, Mill or Shop: Specific De 2'i"u of EMU= and Bid Items of Name Under Which Subcontractor is Licensed: EeU 17. l Q- k 1U+1 S'r�v GFIDt Cry, ( . License Number: Address of Office, Mill or Shop: C-�i r rj'O, C Specific Description of Sub - Contract: and Bid Items of Work :T_JEA45 :W - 9D,,5b- -53 /A 2-rrr>L� Name Under Which Subcontractor is Licensed::_ J) EJLr'LH LPrVJSCAPE License Number: ,5 ] q J 3 + Address of Office, Mill or Shop: Description of Sub - Contract: and Bid Items of >SCP,O9. -fffomi s # (P, D'7. 2A . r?- Name Under Which Subcontractor is Licensed: Sq�2ek iA OQ WZtl2)yy*17- MGfUCIrI 1 X> License Number: Address of Office, Mill or Shop: Specific Description of Sub -Cor J— i�7ms and Bid Items of Work: Subcontractors listed in accordance with the provisions of Section 2 -3 must be properly licensed under the laws of the State of California for the type of work that they are to perform. Do not list alternate subcontractors for the same work. C -10 CITY OF LAKE ELSINORE CIP Project No. 4432 LIST OF SUBCONTRACTORS SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. (CIP PROJECT NO, 4432) The bidder is required to fill in the following blanks in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Chapter 2 of Division 5, Title 1 of the Government Code of the State of California) and should familiarize itself with Sections 2 -3 of the Standard Specifications. Name Under Which Subcontractor is Licensed: )2 License Number: Address of Office, Mill or Shop: Specific Description of Sub,- Contract: and Bid Items of Work: 7�_Ji2i rol Name Under Which Subcontractor is Licensed: License Number: Address of Office, Mill or Shop: t--I'"Y Specific Description of Sub - Contract: and Bid Items of Work Name Under Which Subcontractor is Licensed: License Number, Address of Office, Mill or Shop'. Specific Description of Sub - Contract: and Bid Items of Work: Name Under Which Subcontractor is Licensed: License Number. Address of Office, Mill or Shop: Specific Description of Sub - Contract: and Bid Items of Work:_ Subcontractors listed in accordance with the provisions of Section 2 -3 must be properly licensed under the laws of the State of California for the type of work that they are to perform. Do not list alternate subcontractors for the same work. C -10 CITY OF LAKE ELSINORE CIP Project No. 4432 LIST OF SUBCONTRACTORS SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. (CIP PROJECT NO. 4432) The bidder is required to fill in the following blanks in accordance with the pro ions ions of the Subletting and Subcontracting Fair Practices Act (Chapter 2 of Division 5, itle 1 of the Government Code of the State of California) and should familiarize itself with ections 2 -3 of the Standard Specifications. Name Under Which Subcontractor is Licensed: _ License Number: Address of Office, Mill of Shop: Specific Description of Sub - Contract: and Bid Items of Wor _ Name Under Which Subcontractor is Licensed: / / I License Number: Address of Office, Mill or Shop: _ Specific Description of Sub - Contract: and id Items of Work _ Name Under Which Subcontractor' Licensed �T License Number: Address of Office, Mill or She/._ Specific Description of Sub- ontract: and Bid Items of Work: Name Under Which /Sbcontractor is Licensed: License Number. Address of Offic , Mill or Shop: _ Specific Descrj4o n of Sub - Contract', and Bid Items of Work: _ Subcontr tors listed in accordance with the provisions of Section 2 -3 must be properly licensed under th laws of the State of California for the type of work that they are to perform. Do not list alternat� subcontractors for the same work, C -10 CITY OF LAKE ELSINORE CIP Project No. 4432 SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. (CIP PROJECT NO. 4432) Failure to demonstrate adequate experience may result in rejection of the bid. For all public agency projects with a similar scope of work which you have worked on (or are currently working on) in the past three (3) years, provide the following required information: 1. Name (Firm /Agency): Department of Transportation Address: 15700 Tustin Village Way, Tustin, CA 92780 Contact Person: Hamid Matinpour, Resident Engineer Telephone No.: 949- 279 -9603. Title of Project: Curb Ramp and Sidewalk Tmprovements #12- OL3804 (16 '1) Project Location: Orange County at Various Locations on Rte. 39 Date of Completion: May, 2015 Contract Amount: $2,108, 351.83 2, Name(Firm /Agency): Department of Transportation Address: 902 San Gabriel Blvd., Rosemead, CA 91770 Contact Person: Ragy Samy, Resident Engineer Telephone No.: 626 - 572 -6700 Ext. 204 Title of Project: Replace Joint Seals 4f07- 1W2504 _(166) Project Location: Los Angeles County at Various Locations on Rtes. 10 & 60 Date of Completion: May, 2014 Contract Amount: $1,7,16,394.06 3. Name (Firm /Agency): Department of Transportation ____ _ _ Address: 12975 W. Culver Blvd., Los Angeles, CA 90066 Contact Person: Mahinda Ram, Resident Engineer. Telephone No.: 310 -621 -1847 Ext. 231 Title of Project: Replace Drainage System & Place Pipeliner #07- 1W4504 (165) Project Location: Los Angeles County at Various Locations on Rtes. 1.0 & 110 Date of Completion: July, 2013 Contract Amount: $251,402.23. C -11 CITY OF LAKE ELSINORE CIP Project No. 4432 4. Narne(Firm /Agency): Department of Transportation Address: 18730 S. Wilmington Ave. #103,Rancho Dominguez, CA 90220 ` Contact Person: Andy Scheili, Resident Engineer Telephone NO.: 310 - 609 -0264 Ext. 224 Title of Project: Replace Overhead Sign Panels 4J07- 1W2004 (163) Project Location: Los Angeles County at Various Lccaticns__on Rtes. 5,1.05,405 Date of Completion: September, 2013 Contract Amount: 5611, 556.28 5. Name (Firm /Agency): Department of Transportation Address: 17912 Crusader Ave., Cerritos, CA 90703 Contact Person: Hassan Fayad, Resident Engineer Telephone NO.: 562 -960 -3095 Ext. 107 _ Title of Project: Construct Rock Blankets & Inlets 407- 2X9604 (164) Project Location: Long Beach on Rte. 710 Date of Completion: June, 2013 Contract Amount: 5551, 251.10 6. Name (Firm /Agency): Department of Transportation Address: 902 San Gabriel Blvd., Rosemead, CA 91770 Contact Person: Ragy Samy Telephone No.: 626 - 572 -6700 Ext. 204 Title of Project: Reconstruct Failed Slope & Soldier Pile Wall #07- 3x3004 (162) Project Location: Los Angeles at the Rte. 10 /101 Separation Date of Completion: April, 2013 Contract Amount: $247,724.51 7. Name(Firm /Agency): County of Los Angeles Department of Public Works Address: 900 S. Fremont Ave., Alhambra, CA 91803 Contact Person: Hector Hernandez Telephone No.: 626- 458 -3144 Title of Project: Turnbull Cyn. Retaining Wall RDC0015655 (161.) Project Location: Turnbull Cyn. at Mile Marker 3.0 Date of Completion: March, 2013 Contract Amount: $317,882.20 C -12 CITY OF LAKE ELSINORE CIP Project No. 4432 List any other projects (private, older than three (3) years, etc.) that may represent qualifying similar experience: Name(Firm /Agency): Department of Transportation Address: 11229 S. Woodruff Ave., Downey, CA 90247. Contact Person: Reza Jahromi, Resident Engineer Telephone No.: 562 -401 -3333 Ext. 263 Date of Completion: Title of Project: Repair Bridge Columis #07- 3Y5904 (159) Project Location: Lakewood and Cerritos on Rtes. 91 & 605 Date of Completion: December, 2011 Contract Amount: $1,137,420.48 2. Name (Firm /Agency): city of Irvine Address: 1 Civic Center Plaza Irvine CA 92623 Contact Person: Darrell Hartman, Senior Engineer Telephone No.: 949 - 724 -7556 Title of Project: Culver Privacy Wall Improvements CIP #316280 (158) Project Location: on Rte. 5 at the Culver off -Ramp Date of Completion: April, 2011, Contract Amount: $870,089.41 3. Name (Firm /Agency). Orange County Department of Public Works Address: 1152 E. Fruit St., Santa Ana, CA 92701 Contact Person: George Zaun, Resident Enaineer Telephone No.: 714- 245 -4526 Title of Project: Black star Cyn. Rd. Bridges WO #ERO3676 (160) Project Location: orange County in Black Star Canyon Date of Completion: February, 2012 ContractAmount: $72 C -13 CITY OF LAKE ELSINORE CIP Project No. 4432 CONTRACTOR INFORMATION SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. (CIP PROJECT NO, 4432) Contractor's License NO.: 743775 a. Date first obtained: 12/7,997 b. Has License ever been suspended or revoked? If yes, describe when and why: c. Any current claims against License or Bond? If yes, describe claims: Class: A Expiration 12/2015 No No Principals in Company (List all •- attach additional sheets if necessary): NAME TITLE LICENSE NO. (If Applicable) M. Ahmadi President C -14 743775 CITY OF LAKE ELSINORE CIP Project No. 4432 VIOLATIONS OF FEDERAL, STATE OR LOCAL LAWS SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. (CIP PROJECT NO. 4432) Has your firm or its officers been assessed any penalties by an agency for noncompliance or violations of Federal, State or Local labor laws and /or business or licensing regulations within the past five (5) years relating to your construction projects? YES e (circle one) Federal / State / Local (circle one) If "YES," identify and describe, (including agency and status): Have the penalties been paid? YES / NO (circle one) 2. Does your firm or its officers have any ongoing investigations by any public agency regarding violations of the State Labor Code, California Business and Professions Code or State Licensing Laws? YES I NO (circle one) Code /Laws: Section /Article: If "yes," identify and describe, (including agency and status): C -15 CITY OF LAKE ELSINORE CIP Project No. 4432 DISQUALIFICATION OR DEBARMENT SOUTHBOUND DECELERATION LANE IMPROVEMENT INTERSTATE 15 AT RAILROAD CANYON ROAD NIB NO. (CIP PROJECT NO. 4432) Has your firm, any officer of your firm, or any employee who has a proprietary interest in your firm ever been disqualified, removed, or otherwise prevented from bidding on, performing work on, or completing a federal, state or local project because of a violation of law or a safety regulation? YES e (circle one) If yes, provide the following information (if more than once, use separate sheets): Date: Location: Reason: Entity: Provide Status and any Supplemental Statement: Has your firm been reinstated by this entity? YES / NO (circle one) C -16