Loading...
HomeMy WebLinkAboutItem No. 04 Agreement Sidewalk ImprovementsText File City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 www.lake-elsinore.org File Number: ID# 17-631 Agenda Date: 4/24/2018 Status: Consent AgendaVersion: 1 File Type: AgreementIn Control: City Council / Successor Agency Agenda Number: 4) Page 1 City of Lake Elsinore Printed on 4/19/2018 REPORT TO CITY COUNCIL To:Honorable Mayor and Members of the City Council From:Grant Yates, City Manager Prepared By: Farid Dost, Senior Civil Engineer Date:April 24, 2018 Subject:Construction Contract Award for Street & Sidewalk Improvements Along Heald Avenue & Peck Street CIP Project No. Z20017, CDBG 1.LE.57-17 Recommendation 1.Award the Public Works Construction Agreement for the Street & Sidewalk Improvements along Heald Avenue and Peck Street to Black Rock Construction. 2.Authorize the City Manager to execute the Agreement in the amount of $182,900.00 to Street & Sidewalk Improvements along Heald Avenue and Peck Street, 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 $18,290. 4.Authorize the City Engineer to record the Notice of Completion once it is determined the work is complete and the improvements are accepted into the City maintained roadway network. Background On February 14, 2017, The City entered into a Professional Services Agreement with Albert A. Webb (Webb) for an all-inclusive engineering design and bid package for the Cultural Center Parking Lot project. The Scope of work included Preliminary Parking Lot Layout, Field Survey, Phase I Environmental Site Assessment, Geotechnical Report, Environmental Review and Filing of NOE, WQMP, Plans, Specifications and Engineer’s Estimates and Construction Support Services. In early February of 2018, the final Plans, Specifications and Engineer Estimate were finalized and submitted to the Senior Program Manager for the Community Development Block Grant (CDBG) Program for review and approval as part of the CDBG Grant requirements. Per the CDBG Program Manager, the project area funded via CDBG funds must be advertised as a separate project. Therefore, staff prepared the project for bid into two phases advertising the CDBG funded portion as Phase 1 and the Cultural Center Parking Lot as Phase II. This staff report is for Phase I of the project that will be funded by CDBG Grant funds and includes all the proposed improvements within the City’s ROW along Peck Street and Heald Avenue. Award Street & Sidewalk Improvements Along Heald Avenue & Peck Street April 24, 2018 Page 2 of 2 Page 2 of 2 Discussion Contractor bids were opened publicly on April 3, 2018, at 2:00 p.m. The City received seven (7) bids from qualified contractors. However out of the seven bids, only two (2) were deemed responsive, five of the bids submitted failed to include the required Federal Bid Documents as specified in the proposal. Staff recommends the selection of the lowest bidder. The bid results are summarized below: Contractor (Bidder) Bid Amount _ 1. Black Rock Construction $182,900.00 2. All American Asphalt $189,120.00 3. Hardy & Harper, Inc. **$222,000.00 4. Greer’s Contracting & Concrete **$230,510.00 5. Aramex Construction **$235,994.00 6. Hillcrest Contracting **$240,613.00 7. Pub Construction **$331,150.00 ** Bids deemed non-responsive Fiscal Impact Funding for this project has been allocated under the CDBG Grant. Exhibits A – Agreement B – Proposal @BCL@C40DD460.docx Page 1 AGREEMENT FOR PUBLIC WORKS CONSTRUCTION Black Rock Construction Company Street & Sidewalk Improvements Along Heald Avenue & Peck Street Project No. Z20017 CDBG 1.LE.57-17 This Agreement for Public Works Construction (“Agreement”) is made and entered into as of April 24, 2018, by and between the City of Lake Elsinore, a municipal corporation (‘‘City") and Black Rock Construction Company, a California corporation ("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: Street & Sidewalk Improvements Along Heald Avenue & Peck Street (the “Project”). The City-approved plans for the construction of the Project, which are incorporated herein by reference, are identified as: Street & Sidewalk Improvements Along Heald Avenue & Peck Street Project No. Z20017 CDBG 1.LE.57-17 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 One Hundred Eighty Two Thousand Nine Hundred dollars ($182,900). 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. Page 2 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 Eighty (80)working days from the date of commencement specified in the Notice to Proceed, and shall provide, furnish and pay for all the labor, materials, necessary tools, expendable equipment, and all taxes, utility and transportation services required for construction of the Project. b.All work shall be performed and completed in a good workmanlike manner in strict accordance with the drawings, specifications and all provisions of this Agreement as hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and any other legal requirements governing the Project. c.Contractor shall not be excused with respect to the failure to so comply by any act or omission of the City, the 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 Five Hundred dollars ($500) 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: Page 3 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, 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. Page 4 9.Insurance Requirements. a.Insurance. Contractor, at Contractor’s own cost and expense, shall procure and maintain, for the duration of the Agreement, unless modified by the City’s Risk Manager, the following insurance policies. i.Workers’ Compensation Coverage. Contractor shall maintain Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. In the event that Contractor is exempt from Worker’s Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. ii.Commercial General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii.Automobile Liability Coverage. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may be attached limiting the coverage. iv.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). 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: Page 5 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 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 Page 6 If to Contractor:Black Rock Construction Company Attn: Paul Blevin 615 N. Berry St. Suite G Brea, CA 92521 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 Page 7 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 Page 8 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.Termination. (a)City may cancel this Agreement at any time upon seven (7) days written notice to Contractor. Contractor agrees to cease all work under this Agreement on or before the effective date of such notice. (b)In the event of termination or cancellation of this Agreement by City, due to no fault or failure of performance by Contractor, Contractor shall be paid full compensation for all services performed by Contractor, in an amount to be determined as follows: For work done in accordance with all of the terms and provisions of this Agreement, Contractor shall be paid an amount equal to the amount of services performed prior to the effective date of termination or cancellation; provided, in no event shall the amount of money paid under the foregoing provisions of this paragraph exceed the amount which would be paid Contractor for the full performance of the services required by this Agreement. 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. 25.Special Federal Requirements Contractor and Owner do hereby acknowledge that this project will be partially or fully funded with Community Development Block Grant (CDBG) funds [24 CFR 570] and is therefore subject to applicable Federal procurement, labor, environmental, equal opportunity, and other regulations. 1. Contractor shall maintain and keep books and records on a current basis, recording all transactions pertaining to this agreement in a form in accordance with generally acceptable accounting principles. Said books and records shall be made available to the County, the State of California, the Federal government, and to any authorized representative thereof for the purposes of audit at all reasonable times and places. All such books and records shall be retained for such periods of time as required by law, provided, however, notwithstanding any shorter periods of retention, all books, records, and supporting detail shall be retained for a period of at least four (4) years after the expiration of the term of this Agreement. Page 9 2.Contractor shall comply with the Davis-Bacon Fair Labor Standards Act (40 USC a-276, a-5) and the implementation regulations thereof. Contractor shall comply with the U.S. Department of Housing and Urban Development’s Federal Labor Standards Provisions (HUD 4010). Contractor acknowledges that work under this contract is subject to the payment of prevailing wages pursuant to Section 1770 and 1773 et seq. of the Labor Code of the State of California, the Director of Industrial Relations (State Prevailing Wages), and the U.S. Department of Housing and Urban Development’s Federal Labor Standards Provisions (Davis-Bacon Act Prevailing Wages). The Contractor to whom the contract is awarded, and all subcontractors under him, shall pay the higher of the Federal or State prevailing wage rate for any given classification employed in the performance of this contract. Contractor acknowledges that the applicable Wage Determination for this project is: General Decision Number: CA__36___ Modification Number: __3____ Date: __02/09/2108__________ 3. Section 3 Compliance: The Contractor hereby acknowledges that this federally- funded project is subject to Section 3 of the Housing and Urban Development Act of 1968 [12 U.S.C. 1701u and 24 CFR Part 135] and agrees to the following: A.The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. B.The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. C.The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. Page 10 D.The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR Part 135. E.The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR Part 135. F. Noncompliance with HUD's regulations in 24 CFR Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G.With respect to work performed in connection with Section 3 covered Indian housing assistance, Section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section7(b). 26.Additional Federal Requirements – Whereas, the work under this Agreement is subject to applicable Federal, State, and local laws and regulations, including but not limited to the regulations pertaining to the Community Development Block Grant program (24 CFR Part 570) and 2 CFR Part 200 . Contractor, sub- contractors, Consultants, and sub-consultants agree to comply with, and are subject to, all applicable requirements as follows: 1.Equal Employment Opportunity -Compliance with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity", as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). The Contractor/Consultant will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. Contractor/Consultant will ensure that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. The Contractor/Consultant will take affirmative action to ensure that applicants are employed and the employees are treated during employment, without regard to their race color, religion, sex, or national origin. Such actions shall include, but are not limited to, the following: employment, up-grading, demotion, or transfer; recruitment or recruitment advertising; rates of pay or other forms of compensation; and selection for training, including apprenticeship.The Contractor/Consultant agrees to post in a conspicuous place, available to employees and applicants for employment, notices Page 11 to be provided by the County setting forth the provisions of this non-discriminating clause. 2. Copeland “Anti-Kickback” Act (18 U.S.C. 874 and 40 U.S.C. 276c: All contracts and subgrants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall include a provision for compliance with the Copeland “Anti-Kickback” Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to HUD. 3. Davis-Bacon Act, as amended (40 U.S.C. 276a to a-7: When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2000 shall include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 276a to a-7) and as supplemented by Department of Labor regulations (29 CFR part 5, “Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction”). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to HUD. 4. Contract Work Hours and Safety Standards Act (40 U.S.C. 327 through 333: Where applicable, all contracts awarded by recipients in excess of $2000 for construction contracts and in excess of $2500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327–333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 5. Rights to Inventions Made Under a Contract or Agreement— Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, “Rights to Page 12 Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by HUD. 6. Rights to Data and Copyrights –Contractors and consultants agree to comply with all applicable provisions pertaining to the use of data and copyrights pursuant to 48 CFR Part 27.4, Federal Acquisition Regulations (FAR). 7. Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended—Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to HUD and the Regional Office of the Environmental Protection Agency (EPA). 8. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 9. Debarment and Suspension (E.O.s 12549 and 12689)—No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, “Debarment and Suspension,” as set forth at 24 CFR part 24. This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 10. Drug-Free Workplace Requirements—The Drug-Free Workplace Act of 1988 (42 U.S.C. 701) requires grantees (including individuals) of federal agencies, as a prior condition of being awarded a grant, to certify that they will provide drug-free workplaces. Each potential recipient must certify that it will comply with drug-free workplace requirements in accordance with the Act and with HUD's rules at 24 CFR part 24, subpart F. 11. Access to Records and Records Retention: The Consultant or Contractor, and any sub-consultants or sub-contractors, shall allow all duly authorized Federal, State, and/or County officials or authorized representatives access to the work area, as well as all books, documents, materials, papers, and records of the Consultant or Contractor, and any sub-consultants or sub- contractors, that are directly pertinent to a specific program for the purpose of Page 13 making audits, examinations, excerpts, and transcriptions. The Consultant or Contractor, and any sub-consultants or sub-contractors, further agree to maintain and keep such books, documents, materials, papers, and records, on a current basis, recording all transactions pertaining to this agreement in a form in accordance with generally acceptable accounting principles. All such books and records shall be retained for such periods of time as required by law, provided, however, notwithstanding any shorter periods of retention, all books, records, and supporting detail shall be retained for a period of at least four (4) years after the expiration of the term of this Agreement. 12. Federal Employee Benefit Clause:No member of or delegate to the congress of the United States, and no Resident Commissioner shall be admitted to any share or part of this agreement or to any benefit to arise from the same. 13.Energy Efficiency:Mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94A 163, 89 Stat. 871). [Signatures on next page] Page 14 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 Grant Yates, City Manager ATTEST: City Clerk APPROVED AS TO FORM: City Attorney “CONTRACTOR” Black Rock Construction Company, a California corporation By:_____________________ Its:_____________________ By:_____________________ Its:_____________________ l - &K 6PL4_, B0���� SPECIAL FEDERAL PROVISIONS DOCUMENT INDEX General Information 1. General Summary 2. Hold Harmless Clause and Additional Insured -Insurance Requirements 3. B-1 Federal Labor Standards Provisions (HUD 40 10) 4. B-2 Federal Prevailing Wage Decision (CA Mod. ) 5. B-3 Project Sign (SAMPLE) 6. B-5 County of Riverside Section 3 Affirmative Action Policy (Applicable for Projects $100,000 or more) 7. Additional Federal Requirements 16i orms 8. B-4 Certification of Bidder Regarding Non -segregated Facilities (Required for all Projects) (� B-6 Bidder's Certification for Section 3 Compliance (Required for Projects $100,000 or more) . 04-8 B-7 Bidder's Certification on Federal Contract Requirements (Required for all Projects) Questionnaire Regarding Bidders (Required for all Projects) v4t," B-9 List of Subcontractors and Suppliers (Required for all Projects) Must be completed by all Subcontractors Z[3.B-10 Subcontractor Certification for Section 3 Compliance (Required for Projects $100,000 or more) Post -Award Forms 14. PA -1 Performance Bond (100% of contract price) (Required for Projects $100,000 or more) 15. PA -2 Payment Bond (Required for Projects $100,000 or more) 16. PA -3 Subcontractor Questionnaire (Required for all Projects) 17. PA -4 Subcontractor Certification Regarding Non -segregated Facilities(Required for all Projects) 18. PA -5 Section 3 Summary Report (Required for Projects $100,000 or more) 19. PA -6 Davis -Bacon Classifications and Pay Rates (Required for all Projects) C I I Y UI LA K(E 1"LSI ROKE , MIAMI I:XnUnu ADDENDUM NUMBER 1 PROJECT TITLE: Street & Sidewalk Improvements along Heald Avenue & Peck Street Phase 1 DATE: March 27, 2018 The following is an ADDENDUM to the contract documents for the above referenced project. 1. Updated General Wage Decision Number Prospective bidders are required to acknowledge receipt of this addendum to the contract on the bid proposal form. Sincerely, �"ee 90d'r Farid Dost Sr. Civil Engineer City of Lake Elsinore l,lll` ��I •n+ LFI KE LM I` ORE �I� V Dio, ,fit CYI IUMt ADDENDUM NUMBER 2 PROJECT TITLE: Street & Sidewalk Improvements along Heald Avenue & Peck Street Phase 1 DATE: March 28, 2018 The following is an ADDENDUM to the contract documents for the above referenced project. 1. Geotechnical Report is now uploaded in PlanetBid. 2. Specifications — Section 10-4.2 (a) Remove and Dispose of Existing Wood Fence, Chain Link Fence, Low Block Wall and Pilaster. a. Replace first sentence in the second paragraph from "Payment for fence, wall and pilaster removal shall be made at the lump sum price bid for "Remove and Dispose Existing Fence, wall and pilaster," to "Payment for fence, wall and pilaster removal shall be made at the lump sum price bid for "Clear and Grub". b. Replace first sentence in the fourth paragraph from "Payment for block wall and pilaster removal shall be made at the lump sum price bid for "Remove and Dispose of Existing Fence, Wall and Pilaster," to "Payment for block wall and pilaster removal shall be made at the lump sum price bid for "Clear and Grub". 3. Specifications — Section 10-4.2 (d) Remove or Dispose of Existing Bollard a. Replace first sentence in the second paragraph from "Payment for bollard removal shall be made at the unit price bid each for "Remove and Dispose of Existing Bollard," to "Payment for bollard removal shall be made at the lump sum price for "Clear and Grub". 4. Specifications — Section 10-4.2 (C) Remove and Dispose of Existing Concrete Pavement a. Add the following at the end of second paragraph "Removal and Disposal of other existing improvements including both AC and Concrete pavement and curbs identified in the plans but not shown in the bid schedule shall be paid by lump sum price for "Clear and Grub". 5. Specifications — Section 10-16.2 Payment a. Replace the last paragraph from "The Contractor shall provide ninety (90) days of maintenance after the project is completed (notice of completion) and accepted by the City and it shall be considered included in the lump sum bid for 90 days Landscape Maintenance Period unless otherwise specify" to "The Contractor shall provide ninety (90) days of maintenance and Warranty after the project is completed (notice of completion) and accepted by the City and it shall be included as part of item 21 in the Bid Schedule. 6. Bid Schedule values and items have been updated. Bid Schedule item 16 and item 17 quantities have been updated, item 21 description has been revised. Prospective bidders are required to acknowledge receipt of this addendum to the contract on the bid proposal form. Sincerely, Farid Dost Sr. Civil Engineer City of Lake Elsinore CITY OF LAKE ELSINORE CIP Project No. Z20017 FBI 81 J -;•ys STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE & PECK STREET PHASE I NIB NO. (CIP PROJECT NO. Z20017) Company: 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: Eighty (80) Working Days from Issuance of Notice to Proceed (NTP) by City to Contractor. BID SCHEDULE BID SCHEDULE CDBG FUNDED IMPROVEMENTS 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. ITEM DESCRIPTION UNIT BID QUANTITY I UNIT PRICE AMOUNT 1 MOBILIZATION, DEMOBILIZATION AND LS 1 CLEANUP l3 3, y00 2 TRAFFIC CONTROL PLAN AND LS 1 Y,o0 p `l, ov a IMPLEMENTATION 3 PREPARATION AND COMPLIANCE WITH LS 1 SWPPP 4 DUST CONTROL AND WATER SUPPLY LS 1 Z, S 2, 5 CONSTRUCTION SURVEY STAKING LS 1 S �n s S� 6 SAWCUT EXISTING A.C. PAVEMENT LF 800 z .o b /, a 7 GRIND & OVERLAY EXISTING AC PAVEMENT SF 22,000 c9. $ o 17r 6Oo 1.5 8 _ REMOVE & DISPOSE EXISTING PAVEMENT, SF 1,200 3. C9 0 3 600 BASE AND SUB -BASE 9 REMOVE & DISPOSE EXISTING CURB OR LF 750 7_ b CURB & GUTTER C-7 REMOVE & DISPOSE EXISTING CONCRETE 10 SIDEWALK, DRIVEWAY, CROSS GUTTER & SF 2,900 /5,0 SPANDREL 11 REMOVE & DISPOSE EXISTING CATCH BASIN EA 1 Z go o 12 REMOVE & DISPOSE EXISTING SIGNS EA 2 -2-00 yo O 13 RELOCATE EXISTING SIGNS EA 7 ZD 4 / YD 0 14 ADJUST EXISTING METER, VALVE, MH COVER LS 1 Z pop Zao 0 TO GRADE 15 CONSTRUCT FULL DEPTH HOT MIX ASPHALT TON 260le-?OTYPE ��, A (INCLUDE AC FOR OVERLAY) 16 CONSTRUCT 6" CURB & GUTTER PER CITY LF 430 Z Y /moi 7S'O STD. NO. 200 ,p� 17 CONSTRUCT 4" THICK CONCRETE SIDEWALK SF 2,900 PER CITY STD. NO. 210 18 CONSTRUCT COMMERCIAL DRIVEWAY PER EA 3 Z $ O �wo CITY STD. NO. 118A 19 CONSTRUCT CURB INLET CATCH BASIN EA 1 (W=4') PER CITY STD. NO. 302A 20 SIGNING, STRIPING AND MARKERS PER PLAN LS 1 gsv0 STREET PARKWAY LANDSCAPE AND 21 IRRIGATION+ 90 DAYS WARRANTY AND SF 2,000 (o, oo MAINTENANCE. GRAND TOTAL $ ( 132-1 $00 Total Bid: � ? 2( � c90, d 0 (Figures*) Total Bid: g� Cl" / C-8 4-1� 4L43 CITY OF LAKE ELSINORE CIP Project No. Z10027 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. R--,Ck cc�,ns v Contractor Date; By: - Contractor's State License No.: CN 3 3 OS Class: a C' Department of Industrial Relations Registration No: 51-1 Q0 ._ Registration Date: �- — l (-- k -7 Expiration Date: L Address: 2Q1 M nV-�%Zz . SC ao m ci'2 77-4 Phone: FAX: Q qo� C-9 CITY OF LAKE ELSINORE CIP Project No. Z10027 STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE & PECK STREET PHASE I NIB NO. (CIP PROJECT NO. Z10027) The Bidder shall acknowledge the receipt of addenda by placing an "X" by each addendum received. Addendum No. 1 Addendum No. 2 X Addendum No. 3 Addendum No. 4 If an addendum or addenda have been issued by the City and not noted above as being received by the Bidder, the Bid Proposal may be rejected. Bidder's ignatur Print Name C-10 Date V -P Title CITY OF LAKE ELSINORE CIP Project No. Z10027 STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE & PECK STREET PHASE i NIB NO. (CIP PROJECT NO. Z10027) STATE OF CALIFORNIA ) SS COUNTY OF ) (NAME)Pcj_t"l FOL EV ► r� affiant being first duly sworn, deposes and says: That he or -she is C]L Of (sole owner, padner or other proper title) 'a>l bels- '�Imc C wx,% C 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 Q act L1.Qif1 S's � " l �—O� Telephone No.: ` LL1 'a(eQ_ G2,1 Pri Sic Title: n&R ,Q- Date: < I c -i t-'Z� SIGNI RG INSTRUCTIQNS TO THE BQNTHACTOR 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 follQwina thi§e. If the Bidder fails to properly sign or omits the required signature, the bid will be considered non-responsive and will be rejected. C-11 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 Subscribed and sworn to (or affirmed) before me on this day of r4W6% , 20Le_, by I �j t`t, proved to me on the basis of satisfactory evidence to be the personwho appeared before me. ROSS LEE LGUINDON Notary Public - California Orange County Z Commission 8 2089077 My Comm, Ex kes Nav 7, 2018 t (Seal) Signature , 11 CITY OF LAKE ELSINORE CIP Project No. Z10027 BOND NO. N/A Mul T � : a ■ STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE $ PECK STREET PHASE I NIB NO. (CIP PROJECT NO. Z10027) KNOW ALL MEN OR WOMEN BY THESE PRESENTS: That we Black Rock Construction Company , as PRINCIPAL, hereinafter referred to as "Contractor", and Philadelphia Indemnity Insurance Company a duly authorized corporate as "Surety," are held and firmly bound unto the City of Lake Elsinore in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Contractor above named, submitted by said Contractor to the City of Lake Elsinore for the work for said project entitled above, for the payment of which sum in lawful money of the United States, well and truly to be made, to the City of Lake Elsinore to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the amount of Ten Percent of the Bid Amount THE CONDITION OF THIS OBLIGATION IS SUCH: That whereas the Contractor has submitted the above-mentioned Bid to the City of Lake Elsinore as aforesaid for the work for said project entitled above. NOW, THEREFORE, if the aforesaid Contractor is awarded the Contract and, within the time and manner required under the Contract documents, after the prescribed forms are presented to him or her for signature, enters into a written Agreement in the prescribed form and in accordance with the Contract documents, and files two bonds with the City of Lake Elsinore, one to guarantee faithful performance and the other to guarantee payment for labor and materials, in accordance with said Contract documents, and as required by law, and files the required insurance certificate(s) in accordance with said Contract documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and effect until execution of the Agreement or forfeiture pursuant to the Provisions of Sections 20172 and 20174 of the Public Contract Code. In the event suit is brought upon this bond by the City and judgment is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixed by the court. (SIGNATURE PAGE FOLLOWS) C-12 CITY OF LAKE ELSINORE CIP Project No. Z10027 Lin �� ; :• ; a STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE & PECK STREET PHASE I NIB NO. (CIP PROJECT NO. Z10027) IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 5th day of March , 2018 BIDDER: Contractor Name: Black Rock Construction Company Address: 929 Mariner St., Brea, CA 92821 Telephone No.: 909 393-2000 Print Name: Bill Goshen, Jr. Title: Vice President CORPORATE SURETY: Philadelphia Indemnity Company Name: Insurance Company Address: 251 S. Lake Ave., Suite 360 Pasadena, CA 91101 Telephone No (626) 639-1320 Print Name: Shane Wolf Title: Attorney -in -Fact Signature: Signature: Date: March 5 2018 Date: March 5, 2018 SIGNING INSTRUCTIONS TO THE CONTRACTOR Bidder's Bond must be accompanied by notary certificates for EACH signature. Note the description of the document on the notary certificate. Attach BOTH notary certificates immediately following this page. Corporate Seal may be affixed hereto. The attorney-in-fact for corporate surety must be registered, as such, in at least one county in the State of California. Attach one original Power of Attorney immediately following the notary certificates. If the Bidder fails to properly sign or omits the required signatures, the bid will be considered non-responsive and will be rejected. C-13 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 Orange } On MAR - 5 2018 before me, Beata A. Sensi, Notary Public ere insert name ana inle o t e o icer personally appeared Bill Goshen, Jr. who proved to me on the basis of satisfactory evidence to be the person(* whose names) is/afe subscribed to the within instrument and acknowledged to me that hefshefttey executed the same in his/her/H1eir authorized capacity6es), and that by his/heFAhew signatures) on the instrument the person(s), or the entity upon behalf of which the person() 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. �L °fu P.l:AiAlr. SEMS! 'if'' Nalary Public - ENSIrnia ' ,, . r ormw courly p WITNESS my han and official seal. c�,nn„ r P2022t 4 MyConun. E pirp pec f4, Pa21 JA ;6 L Notary u lic Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT 6 ;d- &,n d (Title or description of attached document) Black Rock Construction Company (Title or description of attached document continued) Number of Pages Q Document Date—3ZZ-5-LI8 CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) El Corporate Officer Vice President (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version www.NotaryClasses.com 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, if needed, should be completed and attached to the document. Acknolwedgenis from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment, • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed, • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public), • Print the name(s) of document signer(s) who personally appear at the time of notarization • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e, he/she/tkey, is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary)- • Securely attach this document to the signed document with a staple. 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 Oran On March 5, 2018 before me, Susan E. Morales, Nota Public , ere insert name and title or the o icer) personally appeared Shane Wolf , who proved to me on the basis of satisfactory evidence to be the person* whose nameH is/afe subscribed to the within instrument and acknowledged to me that hefsheithey executed the same in hisfhet ftheir authorized capacity(fes), and that by hist"t„ hei signature* on the instrument the person(s), or the entity upon behalf of which the person(•) 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. WITNESS my hand and official seal. Notary Public Signature (Notary Public Seal) s ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Bid Bond (Title or description of attached document) Philadelphia Indemnity Insurance Co. (Title or description of attached document continued) Number of Pages 2 Document Date 3/5/18 CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) p Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version www. NotaryClasses. corn 800-873-9865 `-v�•;: a6. ata :•...•.:�q.�,• AN f,. PA0RAI-ES C' :• CGMMIf 2' 017038 NOTARY PUBLIC - CALIFORNIA if LT ORANGF- t,oU?� i -y x MY COMM. Expires March 28, 20IS. INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, if needed, should be completed and attached to the document. Acknolwedgents from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/tom is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document, Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. Bid Bond PHILADELPHIA INDEMNITY INSURANCE COMPANY 231 St, Asaph's Rd., Suite 100 Bina Cynwyd, PA 19004-0950 Power of Attorney KNOW A1,[, PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Todd M. Robin, Shane Wolf, Cheryl L. Thomas and Beata A. Sensi of Rohm Insurance Agency, its true and lawful Attorney -in -Fact with full authority to execute on its behalf bonds, undertakings, recognizan.ces and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to hind the Company thereby, in an amount not to exceed S25,000,000.00, This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adapted by the Board of Directors of PHILADELPHIA INDLMNI'IY INSURANCE. COMPANY at a meeting duly called the I" day of July, 201 l RESOLVED: Tlrat the Board of Directors hereby authorizes rhe President or any Vice President of the Company to: (l) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto, and (2) to remove, at any time, any such Attomcy-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile si6matures and facsimile seal shall he valid and hiding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WIIEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED IIJIS INSTRUMEWI`TO BE SIGNED AND ITS CORPORATE SEAL; ['O BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 10"' DAY OF JUNE 2013. �Futr- �� Ta •L~ •a / 1927 sc (Seal) Robert D. O'Lcary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 100i day of June 2013, before me carne the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the Pill LADELPIILI INDEMNITY INSURANCE COMPANY, that the seal affixed to said instrument is the Corporate seat of said Company, that the said Corporate Seal and his signature were duly affixed. v � Irv�s sok wrovy A. frusta. nury KM wrn rMrm!�h YUrry 44��cc a our FHM 7f1'M:rF (Notary Seal) Notary Public. residing at: My commission expires: Bala Cynwyd- PA Ueeember 18.2016 I, Edward Sayago, Corporate Secretary of PHIC.ADELPI IIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attomey issued pursuant thereto on this Ioru day oflune 2013 true and correct and are still in full force and effect. I do further certify that Rohert D O'Leary Jr., who executed the Power of Attorney as President, wus on the date of execution of the attached Powtr of Attomey the duly ei acted President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof[ have subscribed my name and affixed the facsimile seal of each Company this 5th day of March 20 18 if ur Y`'.. •• fit, 'SS l ` t 2 7 ' Edward Sayago; Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY 4? CITY OF LAKE ELSINORE CIP Project No. Z10027 STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE & PECK STREET PHASE I NIB NO. (CIP PROJECT NO. Z10027) 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: Ofl`�` ,n License Number: 610 3 C, 6 -- 4�- Address of Office, Mill or Shop:'firo l -Q L.f' � �_ ^-e - Specific Description of Sub -Contract: and Bid Items of Work: Ak-J _111_t6 Name Under Which Subcontractor is Licensed:C : `( ac, n !� License Number: ci°11 I'Z2 Address of Office, Mill or Shop: .V t314 C' Specific Description of Sub -Contract: and Bid Items of Work !S-W;Q:n (n Name Under Which Subcontractor is Licensed:'---�� License Number: Address of Office, Mill or Shop: V-) CSS Sk'R&Qk- C( Specific Description of Sub -Contract: and Bid Items of Work: Name Under Which Subcontractor is Licensed: License Number: 7 20 7 Address of Office, Mill or Shop: Specific Description of Sub -Contract: and Bid Items of 1 L(, Je,_eu/.7e- �� L c orC,%�,, f"r cr °� D 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-14 CITY OF LAKE ELSINORE CIP Project No. Z10027 STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE & PECK STREET PHASE I NIB NO. (CIP PROJECT NO. Z10027) 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: Name (Firm/Agency) C N Address Project Title y w w, -&�v Project Location C' TLr w %CN -1 Type of Work a C-Omr A k Project Manager Contact Phone Dated Completed Contract Amount "400.00' ' ! 2. Name (Firm/Agency) C -1"'C!1 31L L.&- 114p�-m Address Project Title Project Location C.> 7n 1r -s' . r> - Type of Works Project Manager Contact Phone Dated Completed „ 7 - 1(-( i Contract Amount IaSi 0' 3. Name (Firm/Agency) C-17!1. O� CcStIC6 1`--1Qr�h'& Address Project Title tel, l� �'Pco�I�t 1SJ Project Location L'4"' , _ Type of Work Project Manager Contact _ Phone Dated Completed 3 i - I Contract Amount 11P01000 f C-15 CITY OF LAKE ELSINORE CIP Project No. Z10027 List any other projects (private, older than three (3) years, etc.) that may represent qualifying or similar experience: 4. Name (Firm/Agency) 'I c)L- ups i� Address Project Title t -L IO -q Project Location C -VN � w' Type of Work rr>t' Lv'r-':�:R Project Manager Contact _ Phone Dated Completed S� Contract Amount 3-79Dop r 5 Name (Firm/Agency) Gz'r-H 0-L. Lit i9(si noa--1 Address Project Title Project Location Type of Work-`-�'4�k Project Manager Contact Dated Completed 6. Name (Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Dated Completed Phone Contract Amount 3, pow ^ Phone Contract Amount C-16 CITY OF LAKE ELSINORE CIP Project No. Z10027 Kel ■.. m oT, IEel air, I. -11671 STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE & PECK STREET PHASE I NIB NO. (CIP PROJECT NO. Z10027) Contractor's License No. ct, N 330 Class: 1: a. Date first obtained: 21 zoao\ Expiration Z `20 z,:> b. Has License ever been suspended or revoked? If yes, describe when and why. 1r` O c. Any current claims against License or Bond? VN 0 If yes, describe claims: Principals in Company (List all — attach additional sheets if necessary): W! _ 1>r R3 f� S'04 n C-17 LICENSE NO. (If Applicable) CITY OF LAKE ELSINORE CIP Project No. Z10027 STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE & PECK STREET PHASE I NIB NO. (CIP PROJECT NO. Z10027) 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? YE NO (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�f NO� (circle one) Code/Laws: Section/Article: If "yes," identify and describe, (including agency and status): I � GIZ4� tv" -- Print Name �1IZOL, i�, C Contractor Name C-18 Title CITY OF LAKE ELSINORE CIP Project No. Z10027 STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE & PECK STREET PHASE I NIB NO. (CIP PROJECT NO. Z10027) 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 / (NON (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) Notes: Providing false information may result in criminal prosecution or administrative sanctions. "rhe above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. �i131► Signat�rr'e /r j , 13.1 4r e,, Date UP Print Name Title Contractor Name h>(' C-19 If the Bidder fails to properly sign or omits the required signature, the bid will be considered non-responsive and will be rejected. TIL TY ,I;MEN STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE & PECK STREET PHASE I NIB NO. (CIP PROJECT NO. Z10027) HONORABLE MAYOR AND CITY COUNCIL CITY OF LAKE ELSINORE, CALIFORNIA The undersigned hereby promises and agrees that in the performance of the work specified in this contract for Project No. Z10027, CDBG Street & Sidewalk Improvements, (l) (we) (it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary, primary or transmission facilities. The term "Qualified person" is defined in Title 8, California Administrative code, Section 2700, as follows: Qualified Person: A person who by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. gnat9 ' Name itle relNjCS, c C oc"...1C _ Contractor Name C-20 PUBLIC CONTRACT CODE STREET & SIDEWALK IMPROVEMENTS ALONG HEALD AVENUE & PECK STREET PHASE I NIB NO. (CIP PROJECT NO. Z10027) Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, State. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has , has not_ � been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after "has" or "has not' in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation: Yes, No If the answer is yes, explain the circumstances in the following space. Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediate preceding two-year period because of the Contractor's failure to comply with an order of federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certjfie6fion may subject the certifier to criminal prosecution. Date C� C Print Name Title Contractor Name C-21 EXHIBIT B-4 Required Bid Form CERTIFICATION OF BIDDER REGARDING NONSEGREGATED FACILITIES S-�Pxm �DcuA -A Ztoo a7 Project Name:n-i ILl~4 �L1V� � sem, Name of Bidder: 94 pz-k C.s The above named Bidder hereby certifies that: I do not maintain or provide for my employees any segregated facilities at any of my establishments, and that I do not permit my employees to perform their services at any location, under my control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, wash rooms, restaurants and other eating areas, time clocks, locker rooms or other dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, national origin, or because of habits, local customs, or otherwise. I further agree to obtain identical certifications from all proposed subcontractors prior to the award of subcontracts exceeding $10,000. Signature: /GC6�Zr\ Name (Print):?---::,; l Title: V Date: Page 1 of 3 EXHIBIT B-6 Required Bid Form for bids $100,000 or more BIDDER CERTIFICATION FOR SECTION 3 COMPLIANCE (Housing and Community Development Act of 1968) Project Title: Z (00 Amount of Bid: (�Z, �0.7 The undersigned hereby certifies that he/she has read and understands Riverside County's Section 3 Affirmative Action Program as well as Section 3 of the Housing and Community Development Act of 1968, and further certifies adoption of, and adherence to, said program, and certifies understanding of the following for all construction contracts over $100,000. I. Em to ment Opportunities I understand and agree that in the event that I am awarded this contract, and in the event that any new employment opportunities are created as a result of this CDBG- funded project, I will: a. Contact the U.S. Department of Housing and Urban Development (HUD) Section 3 website at to review the list of certified Section 3 persons, within Riverside County, to be considered for available employment opportunities; and In/al Here b. Forward to the Economic Development Agency all detailed job descriptions for new employment opportunities and Section 3 reports, in a form, at a place, and at a time as directed by the Economic Development Agency. Iw`j kfl Here Complete your proposed workforce plan for this project below: Init' 1 Here JOB CATEGORY NUMBER OF NUMBER OF NEW HIRES CURRENT NEW HIRES PROPOSED TO BE % OF NEW HIRES TO BE POSITIONS SECTION 3 IF SECTION 3 RESIDENTS AWARDED BID PROFESSIONALS TECHNICIANS OFFICEICLERICAL :ONSTRUCTION BY TRADE TRADE L c� o/ TRADE TRADE �PvQho/ TRADE TRADE TRADE APPRENTICE OTHER TOTAL Page 2 of 3 EXHIBIT B-6 Page 3 of 3 BIDDER CERTIFICATION FOR SECTION 3 COMPLIANCE 11. Subcontracting Opportunities a. I understand and agree that for any and all subcontracting opportunities that may result from this CDBG-funded project, I will contact the U.S. Department of Housing and Urban Development (HUD) Section 3 website at wwwjwd.goylsectinn3 to review the list of certified Section 3 Businesses, within Riverside County, to be considered for available subcontracting opportunities prior to selecting any subcontractor for my bid submittal. I ' al Here b. I understand and agree that any and all sub -contracts and sub -tier agreements resulting from this CDBG-funded project are also subject to Section 3 compliance, and therefore, as the General/Prime Contractor, I am responsible to ensure compliance from all subcontractors. Initial Cie Comolete your Subcontracting Plan for this project below: AMOUNT OF IS THE SUBCONTRACTOR IF SUBCONTRACTOR IS SECTION 3, INDICATE SECTION 3 ELIGIBLE? ELIGIBLE STATUS. SUBCONTRACT($) TRADE YES OR NO 51% OWNER I 30% EMPLOYEE Sr�CI� i167' 0a G rV c * Add additional sheets if necessary lQ ak- c -'S Bidder (Company)Name: Authorized Representative (Type Name): Signature: Date: EXHIBIT B-7 Required Bid Form COUNTY OF RIVERSIDE CDBG PROGRAM BIDDER CERTIFICATION ON FEDERAL CONTRACT REQUIREMENTS PROJECT NAME: a CERTIFICATION: I hereby certify that I have reviewed and understand the diversified Federal construction contract related requirements imposed on the Contractor(s) of HUD - funded construction projects, including but not limited to the following: The subject project is being financed with Community Development Block Grant funds (24 CFR Part 570); 2. This project and all related construction contracts are subject to the U.S. Department of Housing and Urban Development's Federal Labor Standards Provisions (HUD 4010 - revised 06/2009); and This project is subject to all applicable laws and regulations as listed in the General Summary of these Special Federal Provisions; and 2. If my bid is $100,000 or more, this project and all related contracts will subject to Section 3 requirements (12 U.S.C.1701u). CONTRACTOR'S NAME: i-�C- .'L 0- CONTRACTOR'S LICENSE NO.: ay330 ADDRESS: 6( &'O\ i�A��n► �� • 1��Q� 9 AUTHORIZED REPRESENTATIVE: i SIGNATURE: DATE: Iype Name) EXHIBIT B-8 Required Bid Form QUESTIONNAIRE REGARDING BIDDERS Bidder Ihas been a aged in three contracting business under the present name of Til INa < �--�1� . , since -2_,900% q (Date). Present business address is: Ckc1c-, %l4e we -4- Sr C_ 1 i� Federal Tax ID: art- �"1"S Amount of Bid $ California Contractor's License No.: 014330_1? Expiration Date: SL l aA 12pzzz� DUNS Number:8;,s - 63L;- SZyZ or CAGE Code: Because this project is Federally -funded, it is necessary to obtain information concerning minority and other group participation for statistical purposes. The U.S. Department of Housing and Urban Development (HUD) uses this information to determine the degree to which its programs are being utilized by minority business enterprises and targeted group contractors. A minority enterprise is defined by the Federal Government as a business that is fifty-one percent (51%) or more "minority-owned". Please check applicable box concerning the ownership of your business: ❑ American Indian or Native Alaskan ❑ Asian or Pacific Islander/Native Hawaiian ❑ Black/African American ❑ Hispanic 91 White ❑ Hasidic Jews ❑ Other A woman -owned enterprise is defined by the Federal Government as a business that is fifty - percent (50%) or more woman -owned. Please check applicable box concerning the ownership of your business: ❑ Woman/Female owned Male owned A Section 3 Contractor or Subcontractor is a business concern that is more than fifty-one percent (51%) owned by a low or very low-income person, or a business concern that provides economic opportunities to low and very low-income residents. Please check applicable box concerning the ownership of your business: ❑ Section 3 Business concern N(Non-Section 3 Business concern The United States Department of Housing and Urban Development (HUD) is authorized to solicit the information requested in this form by virtue of 7711e 12; United States Code, Section 1701 et seq., and other regulations. 1t will not be disclosed or released outside of HUD without your consent, except as required or permitted by law. SUCONTRACTOR i OA EXHIBIT B-9 Required Bid Form LIST OF SUBCONTRACTORS FED. I. D.# AMOUNT ADDRESS/PHONE NO. SUPPLIERS NAME OF SUPPLIER ADDRESS/PHONE NO. CONTRACT AMOUNT This form is to be completed and submitted with the bid package. Page I of 2 EXHIBIT B-10 Required Bid Form for bids $100,000 or more SUBCONTRACTOR CERTIFICATION FOR SECTION 3 COMPLIANCE MUST BE COMPLETED BY ALL SUBS (Housing and Community Development Act of 1968) Project Title: Ste` Gk )- S�c Amount of Subcontract: C(,,p J The undersigned hereby certifies that he/she has read and understands Riverside County's Section 3 Affirmative Action Program as well as Section 3 of the Housing and Community Development Act of 1968, and further certifies adoption of, and adherence to, said program, and certifies understanding of the following for all construction contracts over $100,000: a. I understand and agree that in the event that I am awarded a subcontract, and in the event that any new employment opportunities are created as a result of this CDBG-funded project, I will contact the U.S. Department of Housing and Urban Development (HUD) Section 3 website at www.htjd.gov/.,;ectioii-,) to review the list of certified Section 3 persons, within Riverside County, to be considered for available employment opportunities; Initial Here b. I will forward to the Economic Development Agency all detailed job descriptions and Section 3 reports, in a form, at a place, and at a time as directed by the Economic Development Agency. 4'l Initial Here Page 2 of 2 Complete your proposed workforce plan for this project below: EXHIBIT B-10 JOB CATEGORY CURRENT POSITIONS NUMBER OF NEW HIRES IF AWARDED BID NUMBER OF NEW HIRES PROPOSED TO BE SECTION 3 RESIDENTS % OF NEW HIRES TO BE SECTION 3 PROFESSIONALS TECHNICIANS OFFICEICLERICAL CONSTRUCTION BY TRADE TRADE TRADE TRADE TRADE TRADE TRADE APPRENTICE TRAINING OTHER 4 `+ TOTAL Bidder (Company) Name: 5�v 1)-�Z —� ¢ ��a Authorized Representative (Type Name): Signature: Date: Z Page 1 of 2 EXHIBIT B-10 Required Bid Form for bids $100,000 or more SUBCONTRACTOR CERTIFICATION FOR SECTION 3 COMPLIANCE MUST BE COMPLETED BY ALL SUBS (Housing and Community Development Act of 1968) Project Title:'`'` r cam/ Amount of Subcontract: A,eO ° The undersigned hereby certifies that he/she has read and understands Riverside County's Section 3 Affirmative Action Program as well as Section 3 of the Housing and Community Development Act of 1968, and further certifies adoption of, and adherence to, said program, and certifies understanding of the following for all construction contracts over $100,000: a. 1 understand and agree that in the event that I am awarded a subcontract, and in the event that any new employment opportunities are created as a result of this CDBG-funded project, I will contact the U.S. Department of Housing and Urban Development (HUD) Section 3 website at www.htid.gov/section3 to review the list of certified Section 3 persons, within Riverside County, to be considered for available employment opportunities; Initial Here b. I will forward to the Economic Development Agency all detailed job descriptions and Section 3 reports, in a form, at a place, and at a time as directed by the Economic Development Agency. Initial Here Page 2 of 2 Complete your proposed workforce plan for this project below: EXHIBIT B-10 JOB CATEGORY CURRENT POSITIONS NUMBER OF NEW HIRES IF AWARDED BID NUMBER OF NEW HIRES PROPOSED TO BE SECTION 3 RESIDENTS % OF NEW HIRES TO BE SECTION 3 PROFESSIONALS TECHNICIANS OFFICEICLERICAL CONSTRUCTION BY TRADE TRADE J (p TRADE TRADE TRADE TRADE TRADE APPRENTICE TRAINING OTHER TOTAL Bidder (Company) Name: U16 "o Authorized Representative (Type Name): e 42 r U 4 1 a Signature: Date: �� 0 Page t of 2 1EXHtBI`I' B-10 Required Bid Form for bids $100,000 or more SUBCONTRACTOR CERTIFICATION FOR SECTION 3 COMPLIANCE MUST DE COMPLETED BY ALL SUDS (Housing and Community Development Act of 1968) Project Title: 5/-r-c�r L Amount of Subcontract: Y-0,- The 7O The undersigned hereby certifies that he/she has read and understands Riverside County's Section 3 Affirmative Action Program as well as Section 3 of the Housing and Community Development Act of 1968, and further certifies adoption of, and adherence to, said program, and certifies understanding of the following for all construction contracts over $100,000: a. I understand and agree that in the event that I am awarded a subcontract, and in the event that any new employment opportunities are created as a result of this CD13G-funded project, I will contact the U.S. Department of Housing and Urban Development (HUD) Section 3 website at�t-i0l=-' to review the list of certified Section 3 persons, within Riverside County, to be considered for available employment opportunities; Initial Here b. I will forward to the Economic Development Agency all detailed job descriptions and Section 3 reports, in a form, at a place, and at a time as directed by the Economic Development Agency. Initial Here Page 2 of 2 Complete your proposed workforce plan for this project below: EXHIBIT B-10 JOB CATEGORY CURRENT POSITIONS NUMBER OF NEW HIRES IF AWARDED BID NUMBER OF NEW HIRES PROPOSED TO BE SECTION 3 RESIDENTS % OF NEW HIRES TO BE SECTION 3 PROFESSIONALS TECHNICIANS OFFICE/CLERICAL CONSTRUCTION BY TRADE TRADE C�,cS co j (Y TRADE��� � TRADE TRADE TRADE TRADE APPRENTICE TRAINING OTHER TOTAL Bidder (Company) Name: D�''"�� �2e� - ALItllo6zed Representative (Type Name): " S f S i bnat� Ire: t&2�2t�� — Date: �, Z, Page 1 of 2 FAITIRIT H_}il Required laid Form for bids $100,000 or more SUBCONTRACTOR CERTIFICATION FOR SECTION 3 COMPLIANCE MUST BE, COMPLETED BY ALL SUBS (Housing and Community Development Act of 1968) Project Title: Street & Sidewalk Improvements Amount of Subcontract: ; Z i The undersigned hereby certifies that he/she has read and understands Riverside County's Section 3 Affirmative Action Program as well as Section 3 of the Housing and Community Development Act of 1968, and further certifies adoption of, and adherence to, said program, and certifies understanding of the following for all construction contracts over $100,000: a. I understand and agree that in the event that I am awarded a subcontract, and in the event that any new employment opportunities are created as a result of this CDBG-funded project, I will contact the U.S. Department of Housing and Urban Development (HUD) Section 3 website at www.hud.gqv/section3 to review the list of certified Section 3 persons, within Riverside County, to be considered for available employment opportunities; �R Initial He b. I will forward to the Economic Development Agency all detailed job descriptions and Section 3 reports, in a form, at a place, and at a time as directed by the Economic Development Agency. 0 Initial )-VI, Page 2 of 2 Complete your proposed workforce plan for this project below: 11"XI 1131-I' 13.10 r Bidder (Company) Name; OATTV-&CK-1 10 Authorized Repre Ative Type in V {� Signature; Date: YZ �? al NUMBER OF JOB CATEGORY CURRENT NEW HIRES NUMBER OF NEW HIRES % OF NEW HIRES TO BE POSITIONS IF AWARDED PROPOSED TO BE SECTION 3 RESIDENTS SECTION 3 BID PROFESSIONALS TECHNICIANS OFFICEICLERICAL CONSTRUCTION BY R TRADE T�vrl pl C -I 1 TRADE TRADE TRADE TRADE TRADE P NTI *10v-11 TRA NG OTHER - TOTAL r Bidder (Company) Name; OATTV-&CK-1 10 Authorized Repre Ative Type in V {� Signature; Date: YZ �? al LIJ i n. .D .^chi L •� M cus • U L v n m Oq Oq .0 j l 3 O CO ._. � �U Wit '- a Z A�yy ba W O s rV m w 4� m U UJI LU Z CL C: L U 5 7 U W p U oU y d)N is EL o ° LU C� 3 w w :. V� E cz � 1 � Z a ca O V ° W � . h 7`Si 7id�u I Cd �o` V�N °C i O O 0 I- ITu i ao 'd• � r l 9 0 t• G GINI- 3 0 ° N N N 3CO CO Lo U N d N CZ ^�,{ ani E E L:C y c°i u n 92 c -) m 4) E ooL) ej z � r y c p o ro o ) n s~ 3 X U ° L) j- r - 0 F- 5-�.' •r ti U Z fr.. v UEL o cn N E p Q Z TSF Z � m cti a OPW S-9 J W z O O YN N O U S a d b N , W m W ti El o 0 � ON 0O W W U U '^r G \ \ CJ a lu ti I 4A IN N S N c C:) O m O 0 °r ti g � U E � C Q c Cd) N