HomeMy WebLinkAboutPacketSuccessor Agency
City of Lake Elsinore
Special Meeting Agenda
LAKE-ELSINORE.ORG
(951) 674-3124 PHONE
CULTURAL CENTER
183 N. MAIN STREET
LAKE ELSINORE, CA
92530
BRIAN TISDALE, CHAIR
ROBERT MAGEE, VICE-CHAIR
DARYL HICKMAN, AGENCY MEMBER
STEVE MANOS, AGENCY MEMBER
NATASHA JOHNSON, AGENCY MEMBER
GRANT YATES, EXECUTIVE DIRECTOR
Cultural Center7:00 PMTuesday, December 13, 2016
PUBLIC SESSION at 7:00 PM
The City of Lake Elsinore appreciates your attendance. Citizens’ interest provides the Council
and Agency with valuable information regarding issues of the community.
Meetings are held on the 2nd and 4th Tuesday of every month. In addition, meetings are
televised live on Time Warner Cable Station Channel 29 and Verizon subscribers can view
the meetings on Channel 31.
If you are attending this Meeting, please park in the parking lot across the street from the
Cultural Center. This will assist us in limiting the impact of meetings on the Downtown
Business District. Thank you for your cooperation.
The agenda is posted 24 hours prior to each meeting outside of City Hall and is available at
each meeting. The agenda and related reports are also available at City Hall prior to the
Council meeting and are available on the City’s website at www.Lake-Elsinore.org.
In compliance with the Americans with Disabilities Act, any person with a disability who
requires a modification or accommodation in order to participate in a meeting should contact
the City Clerk’s Department at (951) 674-3124 Ext. 269, to make reasonable arrangements to
ensure accessibility.
CITY VISION STATEMENT
The City of Lake Elsinore will be the ultimate lake destination where all can live, work and
play, build futures and fulfill dreams.
Page 1 City of Lake Elsinore Printed on 12/12/2016
December 13, 2016Successor Agency Special Meeting Agenda
CALL TO ORDER - 7:00 P.M.
ROLL CALL
PUBLIC COMMENTS – NON-AGENDIZED ITEMS – 1 MINUTE
(Please read & complete a Request to Address the Successor Agency form prior to the
start of the meeting and turn it in to the Clerk. The Chair or Clerk will call on you to
speak.)
CONSENT CALENDAR
(All matters on the Consent Calendar are approved in one motion, unless a Member or
any member of the public requests separate action on a specific item.)
1)Public Works Construction Contract Award to Maples and Associates for
Diamond Stadium Seating Bowl Project CIP PROJECT NO. Z20003
Seating - SR
Seating - Exhibit A Agreement
Seating - Exhibit B 2016-12-09 LEDS Seating Bowl Improvements
Attachments:
ADJOURNMENT
The Lake Elsinore Successor Agency will adjourn this meeting .
AFFIDAVIT OF POSTING
I, Susan M. Domen, MMC, Clerk of the Successor Agency, do hereby affirm that a copy of
the foregoing agenda was posted at City Hall at __________p.m. on December 12, 2016..
__________________________
Susan M. Domen, MMC
Clerk
Page 2 City of Lake Elsinore Printed on 12/12/2016
Text File
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: ID# 16-487
Agenda Date: 12/13/2016 Status: BusinessVersion: 1
File Type: ReportIn Control: Successor Agency
Agenda Number: 1)
Page 1 City of Lake Elsinore Printed on 12/12/2016
Page 1 of 2
REPORT TO SUCCESSOR AGENCY OF THE REDEVELOPMENT
AGENCY OF THE CITY OF LAKE ELSINORE
To:Honorable Mayor and Members of the City Council
From:Grant Yates, City Manager
Prepared by: Jason Simpson, Assistant City Manager
Date:December 13, 2016
Subject:Public Works Construction Contract Award to Maples and Associates for
Diamond Stadium Seating Bowl Project CIP PROJECT NO. Z20003
Recommendation
1. Award the Public Works Construction Agreement for the for Diamond Stadium Seating
Bowl Project to Maples and Associates.
2. Authorize the City Manager to execute the Agreement in the amount of $644,679.53 to
Maples and Associates, in substantially the form attached and in such final form as
approved by the City Attorney.
3. Authorize the City Manager to execute change orders not to exceed the 10%
contingency amount of $64,468.
4. Authorize the City Clerk to record the Notice of Completion once it is determined the
work is complete.
Background
The City of Lake Elsinore is performing a seating rehabilitation project at Diamond Stadium. In
short the project will include the ADA improvements for the parking lot and ADA seating in the
stadium bowl. Additional improvements will include seating reconfigurations in several areas to
improve accessibility and spectating opportunities.
Construction bid documents were prepared and the project was advertised for bid in accordance
with the requirements set forth in the California Public Contract Code. On November 28, 2016,
the City posted on PlanetBids the notice inviting bids for the Diamond Stadium Seating Bowl
improvements, Project (CIP PROJECT #Z20003). Bids were publicly opened, examined and
declared in the City Hall Conference Room A, 130 South Main Street, Lake Elsinore, California,
at 3:00 p.m. on Monday, December 12, 2016. A job-walk at the project site was held at
10:00a.m. on Tuesday December 6, 2016.
Page 2 of 2
Discussion
Contractor bids were opened publicly and immediately reviewed by staff. The City received four
(4) bids from qualified contractors. The bid results are summarized below:
Contractor Location Amount
Maples and Associates
24977 Washington Avenue
Murrieta CA, 925622
.
$ 644,679.53
JRH Construction
17795 Sky Park Circle “J”
Irvine CA 92614 $ 890,072.00
Atom Engineering
Construction
40410 Vista Rd
Hemet CA 92544 $1,038,398.00
Bosco Construction Inc.
21353 Mayall St.
Chatsworth CA 91311 $1,900,000.00
Fiscal Impact
Diamond Stadium Seating Project (CIP Project RDA Z20003) is included in the Fiscal Year
16/17 – 20/21 Capital Improvement Plan (CIP) budget. The contract amount herein is fully
funded with ROPS funding.
Exhibits
A – Agreement
B – ADA Seating Layout
Agreement No. __________
AGREEMENT FOR PUBLIC WORKS CONSTRUCTION
(Maples and Associates)
STADIUM SEATING BOWL IMPROVMENT PROJECT
DIAMOND STADIUM PROJECT
CIP PROJECT NO. Z20003
This Agreement for Public Works Construction (“Agreement”) is made and entered into as of
December 13, 2016, by and between the Successor Agency of the Redevelopment Agency of the City
of Lake Elsinore, a municipal corporation (‘‘City”) and Maples and Associates, a (“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:
DIAMOND STADIUM PROJECT CIP PROJECT NO. Z20003.
The City-approved plans for the construction of the Project, which are incorporated herein by
reference and prepared by Stadium Seating Bowl Improvements, are identified as:
The Project Documents include this Agreement and all of the following: (1) the Notice Inviting
Bids, Instructions to Bidders, Bid Documents including Bidder’s Proposal as submitted by the Contractor,
Contract Documents, General Specifications, Special Provisions, and all attachments and appendices;
(2) everything referenced in such documents, such as specifications, details, standard plans or drawings
and appendices, including all applicable State and Federal requirements; (3) all required bonds,
insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or supplemental
agreements clarifying, amending or extending the work contemplated as may be required to insure
completion in an acceptable manner. All of the provisions of the above-listed documents are made a
part of this Agreement as though fully set forth herein.
2.Compensation.
a.For and in consideration of the payments and agreements to be made and
performed by City, Contractor agrees to construct the Project, including furnishing all materials and
performing all work required for the Project, and to fulfill all other obligations as set forth in the Bidder’s
Proposal, such contract price being six hundred forty four thousand six hundred seventy nine dollars
and fifty three cents ($644,679.53).
b.City hereby promises and agrees to employ, and does hereby employ, Contractor
to provide the materials, do the work, and fulfill the obligations according to the terms and conditions
herein contained and referred to, for the prices set forth, and hereby contracts to pay the same at the
time, in the manner, and upon the conditions set forth in the Project Documents.
c.Contractor agrees to receive and accept the prices set forth in the Bidder’s
Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations
hereunder. Such compensation shall cover all expenses, losses, damages, and consequences arising
out of the nature of work during its progress or prior to its acceptance including those for well and
faithfully completing the work and the whole thereof in the manner and time specified in the Project
Documents; and also including those arising from actions of the elements, unforeseen difficulties or
obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and
all other unknowns or risks of any description connected with the work.
3.Completion of Work.
a.Contractor shall perform all work within forty- five (45) working days from the
date of commencement specified in the Notice to Proceed or the Letter of Intent and shall complete all
work within forty-five (45) working days, and shall provide, furnish and pay for all the labor, materials,
necessary tools, expendable equipment, and all taxes, utility and transportation services required for
construction of the Project.
b.All work shall be performed and completed in a good workmanlike manner in strict
accordance with the drawings, specifications and all provisions of this Agreement as hereinabove
defined and in accordance with applicable laws, codes, regulations, ordinances and any other legal
requirements governing the Project.
c.Contractor shall not be excused with respect to the failure to so comply by any
act or omission of the City, the 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 One Thousand Dollars ($1,000) 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.
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.
5.Bonds. Contractor shall provide, before commencing work, a Faithful
Performance Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the
contract price in the form that complies with the Project Documents and is satisfactory to the City
Attorney.
6.Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or
obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed
of by Contractor without the prior written consent of City.
7.Licenses. Contractor represents and warrants to City that it holds the contractor’s
license or licenses set forth in the Project Documents, is registered with the Department of
Industrial Relations pursuant to Labor Code Section 1725.5 as of March 1, 2015, and holds such
other licenses, permits, qualifications, insurance and approvals of whatsoever nature which are
legally required of Contractor. Contractor represents and warrants to City that Contractor shall,
at its sole cost and expense, keep in effect or obtain at all times during the term of this
Agreement, any licenses, permits, insurance and approvals which are legally required of
Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business
license.
8.Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, and volunteers from and against any and all losses, liability,
claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily
injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law
or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts
or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they
could be held strictly liable, or by the quality or character of their work. The foregoing obligation
of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of
law arises from the sole negligence or willful misconduct of the City or its officers, employees,
agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents
have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is
understood that the duty of Contractor to indemnify and hold harmless includes the duty to
defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance
certificates and endorsements required under this Agreement does not relieve Contractor from
liability under this indemnification and hold harmless clause. This indemnification and hold
harmless clause shall apply to any damages or claims for damages whether or not such
insurance policies shall have been determined to apply. By execution of this Agreement,
Contractor acknowledges and agrees to the provisions of this Section and that it is a material
element of consideration.
9.Insurance Requirements.
a.Insurance. Contractor, at Contractor’s own cost and expense, shall procure and
maintain, for the duration of the Agreement, unless modified by the City’s Risk Manager, the following
insurance policies.
i.Workers’ Compensation Coverage. Contractor shall maintain Workers’
Compensation Insurance and Employer’s Liability Insurance for his/her employees in
accordance with the laws of the State of California. In addition, Contractor shall require each
subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability
Insurance in accordance with the laws of the State of California for all of the subcontractor’s
employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies
must be received by the City at least thirty (30) days prior to such change. The insurer shall
agree to waive all rights of subrogation against City, its officers, agents, employees and
volunteers for losses arising from work performed by Contractor for City. In the event that
Contractor is exempt from Worker’s Compensation Insurance and Employer’s Liability Insurance
for his/her employees in accordance with the laws of the State of California, Contractor shall
submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form
approved by the City Attorney.
ii.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.
iv.Professional Liability Coverage [if applicable]. 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 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.
10.Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be addressed
to the other party at the address set forth below. Notice shall be deemed communicated within
48 hours from the time of mailing if mailed as provided in this section.
If to City:City of Lake Elsinore With a copy to: City of Lake Elsinore
Attn: City Manager Attn: City Clerk
130 South Main Street 130 South Main Street
Lake Elsinore, CA 92530 Lake Elsinore, CA 92530
If to Contractor:Maples and Associates
Attn: Mike Maples
24977 Washington Avenue
Murrieta Ca, 92562
11.Entire Agreement. This Agreement constitutes the complete and exclusive
statement of agreement between the City and Contractor. All prior written and oral
communications, including correspondence, drafts, memoranda, and representations, are
superseded in total by this Agreement.
12.Amendments. This Agreement may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City Attorney.
13.Assignment and Subcontracting. Contractor shall be fully responsible to City for
all acts or omissions of any subcontractors. Assignments of any or all rights, duties 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.
14.Waiver. Waiver of a breach or default under this Agreement shall not constitute
a continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
15.Severability. If any term or portion of this Agreement is held to be invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
16.Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this Agreement
shall be held exclusively in a state court in the County of Riverside.
17.Litigation Expenses and Attorneys’ Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys’ fees.
18.Mediation. The parties agree to make a good faith attempt to resolve any disputes
arising out of this Agreement through mediation prior to commencing litigation. The parties shall
mutually agree upon the mediator and share the costs of mediation equally. If the parties are
unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in
interest. JAMS shall provide the parties with the names of five qualified mediators. Each party
shall have the option to strike two of the five mediators selected by JAMS and thereafter the
mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation,
either party may commence litigation.
19.Authority to Enter Agreement and Administration. Contractor has all requisite
power and authority to conduct its business and to execute, deliver, and perform the Agreement.
Each party warrants that the individuals who have signed this Agreement have the legal power,
right, and authority to make this Agreement and to bind each respective party. The City Manager
is authorized to enter into an amendment or otherwise take action on behalf of the City to make
the following modifications to the Agreement: (a) a name change; (b) grant extensions of time;
(c) non-monetary changes in the scope of services; and/or (d) suspend or terminate the
Agreement. The Director of Public Works shall act as the Project administrator on behalf of the
City.
20.Prohibited Interests. Contractor maintains and warrants that it has not employed
nor retained any company or person, other than a bona fide employee working solely for
Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid
nor has it agreed to pay any company or person, other than a bona fide employee working solely
for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or violation
of this warranty, City shall have the right to rescind this Agreement without liability. For the term
of this Agreement, no member, officer or employee of City, during the term of his or her service
with City, shall have any direct interest in this Agreement, or obtain any present or anticipated
material benefit arising therefrom.
21.Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry,
sex or age. Such non-discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff
or termination.
22.Prevailing Wages.
a.Contractor and all subcontractors shall adhere to the general
prevailing rate of per diem wages as determined and as published by the State Director
of the Department of Industrial Relations pursuant to Labor Code Sections 1770, 1773,
and 1773.2. Copies of these rates and the latest revisions thereto are on file in the office
of the City Clerk of the City of Lake Elsinore and are available for review upon request.
b.Contractor’s attention is directed to the provisions of Labor Code
Sections 1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the
provisions of these Sections. The statutory provisions for penalties for failure to comply
with the State’s wage and the hours laws will be enforced.
c.Labor Code Sections 1774 and 1775 require the Contractor and
all subcontractors to pay not less than the prevailing wage rates to all workmen employed
in the execution of the contract and specify forfeitures and penalties for failure to do so.
The minimum wages to be paid are those determined by the State Director of the
Department of Industrial Relations. Labor Code Section 1776 requires the Contractor and
all subcontractors to keep accurate payroll records, specifies the contents thereof, their
inspection and duplication procedures and certain notices required of the Contractor
pertaining to their location. The statutory penalties for failure to pay prevailing wages will
be enforced. If the Project has been awarded to Contractor on or after April 1, 2015,
Contractor and its subcontractors must furnish electronic certified payroll records to the
Labor Commissioner. Beginning January 1, 2016, Contractor and its subcontractors
must furnish electronic certified payroll records to the Labor Commissioner without regard
to when the Project was awarded to Contractor.
d.Labor Code Section 1777.5 requires Contractor or subcontractor
employing tradesmen in any apprenticeable occupation to apply to the Joint
Apprenticeship Committee nearest the site of the public works project, which administers
the apprenticeship program in that trade for a certificate of approval. The certificate will
also fix the ratio of apprentices to journeymen to be used in the performance of the
Agreement. The Contractor is required to make contributions to funds established for the
administration of apprenticeship programs if the Contractor employs registered
apprentices or journeymen in any apprenticeable trade and if other contractors on the
public works site are making such contributions. Information relative to apprenticeship
standards, contributions, wage schedules and other requirements may be obtained from
the State Director of Industrial Relations or from the Division of Apprenticeship Standards.
Labor Code Section 1777.6 provides that it shall be unlawful to refuse to accept otherwise
qualified employees as registered apprentices solely on the grounds of race, religious
creed, color, national origin, ancestry, sex, or age.
e.Eight hours labor constitutes a legal day’s work, as set forth in
Labor Code Section 1810.
23.Execution. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
[Signatures on next page]
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the date first written above.
“CITY”
SUCCESSOR AGENCY OF THE
REDEVELOPMENT AGENCY OF THE
CITY OF LAKE ELSINORE, a municipal
corporation
Grant Yates, Executive Director
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
“CONTRACTOR”
Maples and Associates
By:Mike Maples, Owner
By:_____________________
Its:_____________________
BOND NO.
PREMIUM $
FAITHFUL PERFORMANCE BOND
(100% of Total Contract Amount)
KNOW ALL MEN AND WOMEN BY THESE PRESENTS:
THAT WHEREAS, the City Council of the City of Lake Elsinore, State of California, known as “City,”
has awarded to Maples and Associates, as Principal hereinafter designated as “Contractor” and have
entered into a Contract Agreement whereby the Contractor agrees to construct or install and complete
certain designated public improvements, which said Contract Agreement, effective on the date signed
by the Mayor, and identified as
DIAMOND STADIUM PROJECT
CIP PROJECT NO. Z20003
is hereby referred to and made a part hereof; and
WHEREAS, said Contractor under the terms of said Contract Agreement is required to furnish a bond
guaranteeing the faithful performance of said Contract Agreement;
NOW THEREFORE, we the undersigned Contractor and ,
as Surety, are held and firmly bound unto the City of Lake Elsinore, County of Riverside in the penal
sum of dollars ($ ), lawful money of the United
States, to be paid to the said City or its certain attorney, its successors and assigns; for which payment,
well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bound Contractor, his or her or
its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and
well and truly keep and perform the covenants, conditions and provisions in said Contract Agreement
and any alterations thereof made as therein provided, on his or her 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 of Lake Elsinore, its officers, agents
and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall
be and remain in full force and effect. In the event suit is brought upon this bond by the City and
judgment is recovered, the Surety shall pay all costs incurred by the City in such suit, including a
reasonable attorney fee to be fixed by the court.
The Surety hereby stipulates and agrees that no change, extension of time, alteration, or addition to
the terms of the Contract Agreement or to the work to be performed thereunder, or the Provisions
accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive
notice of any such change, extension of time, alteration or addition to the terms of the Contract
Agreement or to the work or the Provisions.
(SIGNATURE PAGE FOLLOWS)
BOND NO.
SIGNATURE PAGE TO FAITHFUL PERFORMANCE BOND
IN WITNESS WHEREOF, we have hereunto set our hands, and seals on this day
of 20___ .
BIDDER:SURETY:
Contractor Name: Name: ______________________
Address: Address: ______________________
____________________________
Telephone No.: Telephone No.: ________________
Print Name: Print Name: ________________
Attorney-in-Fact
Signature: Signature: ______________________
Approved as to Form this
day of 20
City Attorney
City of Lake Elsinore
NOTE:This bond must be executed by both parties. Corporate seal may be affixed hereto. All
signatures must be acknowledged before a notary public (attach acknowledgments). The
attorney-in-fact for the corporate surety must be registered, as such, in at least one county in
the State of California. (Attach one original Power of Attorney sheet for each bond).
BOND NO.
PREMIUM $
LABOR AND MATERIALS BOND
(100% of Total Contract Amount)
KNOW ALL MEN AND WOMEN BY THESE PRESENTS
THAT WHEREAS, the City Council of the City of Lake Elsinore, State of California, known as
“City”, has awarded to Maples and Associates, as Principal hereinafter designated as
“Contractor” and have entered into a Contract Agreement whereby the Contractor agrees to
construct or install and complete certain designated public improvements, which said Contract
Agreement, effective on the date signed by the Mayor, and identified as
DIAMOND STADIUM PROJECT
CIP PROJECT NO. Z20003
is hereby referred to and made a part hereof; and
WHEREAS, said Contractor under the terms of said Agreement is required to furnish a bond to
secure the payment of claims of laborers, mechanics, material men, and other persons, as
provided by law;
NOW, THEREFORE, we the undersigned Contractor and ___,
as Surety are held and firmly bound unto the City of Lake Elsinore, County of Riverside, in the
penal sum of dollars ($ ), lawful
money of the United States, for which payment, well and truly to be made, we bind ourselves,
our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by
these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Contractor, his or her or its heirs,
executors, administrator, successors or assigns, or subcontractors, shall fail to pay any of the
persons described in the California Civil Code Section 3181, or amounts due under the
Unemployment Insurance Code with respect to work or labor performed by any such claimant,
or any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board
from the wages of employees of the Contractor and his or her subcontractors, pursuant to Section
13020, of the Unemployment Insurance Code, with respect to such work and labor, that the
Surety or Sureties herein will pay for the same in an amount not exceeding the sum specified in
this bond, otherwise the above obligation shall be void. In the event suit is brought upon this
bond by the City or other person entitled to bring such an action and judgment is recovered, the
Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to
be fixed by the court.
This bond shall inure to the benefit of any of the persons described in California Civil Code
Section 3181, to give a right of action to such persons or their assigns in any suit brought upon
this bond.
(SIGNATURE PAGE FOLLOWS)
BOND NO.
SIGNATURE PAGE TO LABOR AND MATERIALS BOND
IN WITNESS WHEREOF, we have hereunto set our hands, and seals on this day
of 20___.
BIDDER:SURETY:
Contractor Name: Name:
_______________________
Address: Address:
_______________________
_____________________________
Telephone No.: Telephone No.: _________________
Print Name: Print Name: _________________
Attorney-in-Fact
Signature: Signature:
_______________________
Approved as to Form this
day of 20___
City Attorney
City of Lake Elsinore
NOTE:This bond must be executed by both parties. Corporate seal may be affixed hereto.
All signatures must be acknowledged before a notary public (attach
acknowledgments). The attorney-in-fact for the corporate surety must be registered,
as such, in at least one county in the State of California. (Attach one original Power of
Attorney sheet for each bond).
SEATING BOWL IMPROVEMENTSDiamond StadiumLake Elsinore, California815 J STREET, SUITE 302SAN DIEGO, CA 92101T: (619) 591-8600www.larimerdesign.comLAKE ELSINORE STORM500 DIAMOND DRIVELAKE ELSINORE, CA 92530T: (951) 245-4487Conceptual Design StudiesConceptual Design StudiesDecember 9, 2016December 9, 2016ADA Seating Bowl Improvements
december 9, 2016december 9, 2016815 J STREET, SUITE 302SAN DIEGO, CA 92101T: (619) 591-8600www.larimerdesign.comLAKE ELSINORE STORM500 DIAMOND DRIVELAKE ELSINORE, CA 92530T: (951) 245-4487SEATING BOWL IMPROVEMENTSDiamond StadiumLake Elsinore, CaliforniaConceptual Rendering
december 9, 2016december 9, 2016815 J STREET, SUITE 302SAN DIEGO, CA 92101T: (619) 591-8600www.larimerdesign.comLAKE ELSINORE STORM500 DIAMOND DRIVELAKE ELSINORE, CA 92530T: (951) 245-4487SEATING BOWL IMPROVEMENTSDiamond StadiumLake Elsinore, CaliforniaAccessible Sightline Excerpts from 2013 CBC 11B
december 9, 2016december 9, 2016815 J STREET, SUITE 302SAN DIEGO, CA 92101T: (619) 591-8600www.larimerdesign.comLAKE ELSINORE STORM500 DIAMOND DRIVELAKE ELSINORE, CA 92530T: (951) 245-4487SEATING BOWL IMPROVEMENTSDiamond StadiumLake Elsinore, CaliforniaExisting Accessible Sightlines
december 9, 2016december 9, 2016815 J STREET, SUITE 302SAN DIEGO, CA 92101T: (619) 591-8600www.larimerdesign.comLAKE ELSINORE STORM500 DIAMOND DRIVELAKE ELSINORE, CA 92530T: (951) 245-4487SEATING BOWL IMPROVEMENTSDiamond StadiumLake Elsinore, CaliforniaConceptual Rendering
december 9, 2016december 9, 2016815 J STREET, SUITE 302SAN DIEGO, CA 92101T: (619) 591-8600www.larimerdesign.comLAKE ELSINORE STORM500 DIAMOND DRIVELAKE ELSINORE, CA 92530T: (951) 245-4487SEATING BOWL IMPROVEMENTSDiamond StadiumLake Elsinore, CaliforniaConceptual Rendering--Accessible Viewing Platform
december 9, 2016december 9, 2016815 J STREET, SUITE 302SAN DIEGO, CA 92101T: (619) 591-8600www.larimerdesign.comLAKE ELSINORE STORM500 DIAMOND DRIVELAKE ELSINORE, CA 92530T: (951) 245-4487SEATING BOWL IMPROVEMENTSDiamond StadiumLake Elsinore, CaliforniaConceptual Rendering
december 9, 2016december 9, 2016815 J STREET, SUITE 302SAN DIEGO, CA 92101T: (619) 591-8600www.larimerdesign.comLAKE ELSINORE STORM500 DIAMOND DRIVELAKE ELSINORE, CA 92530T: (951) 245-4487SEATING BOWL IMPROVEMENTSDiamond StadiumLake Elsinore, CaliforniaConceptual Rendering--Drink Rail Area
december 9, 2016december 9, 2016815 J STREET, SUITE 302SAN DIEGO, CA 92101T: (619) 591-8600www.larimerdesign.comLAKE ELSINORE STORM500 DIAMOND DRIVELAKE ELSINORE, CA 92530T: (951) 245-4487SEATING BOWL IMPROVEMENTSDiamond StadiumLake Elsinore, CaliforniaConceptual Rendering--Section 102
december 9, 2016december 9, 2016815 J STREET, SUITE 302SAN DIEGO, CA 92101T: (619) 591-8600www.larimerdesign.comLAKE ELSINORE STORM500 DIAMOND DRIVELAKE ELSINORE, CA 92530T: (951) 245-4487SEATING BOWL IMPROVEMENTSDiamond StadiumLake Elsinore, CaliforniaTypical Accessible Viewing Platform with Drink Rails (Sections 102-103)