Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item No. 07 Agreement 3rd Street Channel
Text File City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 www.lake-elsinore.org File Number: ID# 17-657 Agenda Date: 5/8/2018 Status: Consent AgendaVersion: 1 File Type: AgreementIn Control: City Council / Successor Agency Agenda Number: 7) Page 1 City of Lake Elsinore Printed on 5/3/2018 REPORT TO CITY COUNCIL To:Honorable Mayor and Members of the City Council From:Grant Yates, City Manager Prepared By: Brad Fagrell, City Engineer Date:May 8, 2018 Subject:Construction Contract Award for Third Street Channel Stage 2 CIP Project No. 4296 Recommendation 1.Award the Public Works Construction Agreement for Third Street Channel Stage 2 to Weka, Inc. 2.Authorize the City Manager to execute an Agreement in the amount of $4,066,515 for Third Street Channel Stage 2, 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 $406,651.50. 4.Authorize the City Engineer to record a Notice of Completion once it is determined the work is complete and the improvements have been accepted by the City. Background On July 14, 2015, The City entered into a Professional Services Agreement with Michael Baker International, Inc (MBI) for the development of Plans, Specifications and Engineer’s Estimate (PS&E). Subsequent Amendments 1 and 2 were executed to complete additional work that included structural calculations and details, aerial topography and mapping, additional field surveying, geotechnical investigations, Hydrology and Hydraulic design reports, utility coordination, potholing survey, environmental clearances, EVMWD Utility relocation plans and improvement plans. On May 23, 2017, the Council adopted a mitigated negative declaration for the Third Street Storm Drain project (ER 2017-00002), and adopted a consistency finding with the Western Riverside County Multiple Species Habitat Conservation Plan. In late February of 2018, MBI finalized the plans, specifications and cost estimate. On March 7, 2018, the project was advertised. Third Street Channel Stage 2 May 8, 2018 Page 2 Page 2 of 2 Discussion Contractor bids were opened publicly on April 25, 2018, at 2:00 p.m. The City received sixteen (16) bids from qualified contractors. Staff recommends the selection of the lowest bidder. The bid results are summarized below: Contractor (Bidder) Bid Amount _ 1. Weka, Inc.$4,066,515 2. Sukut Construction $4,174,885 3. Garrett J Gentry General Engineering $4,211,768.39 4. DDH Apple Valley Construction, Inc $4,282,656 5. Sully-Miller Contracting Co. $4,300,000 6. Gwinco Construction $4,360,684 7. Beador Construction Company $4,412,300 8. Leatherwood Construction $4,419,065 9. Kana Pipeline $4,468,000 10. Downing Construction $4,531,500 11. Utah Pacific Construction Company $4,769,450 12. Boudreau Pipeline Corporation $5,151,808 13. Colich and Sons LP $5,387,150 14. James W. Fowler Co $5,397,646 15. MNR Construction $5,850,450 16. L.H. Woods and Sons, Inc $5,939,000 Fiscal Impact Funding for this project has been allocated under the City’s adopted CIP. Exhibits A – Agreement B – Proposal C – Site Map AGREEMENT FOR PUBLIC WORKS CONSTRUCTION Weka, Inc. Third Street Channel Stage 2 CIP Project No. 4296 This Agreement for Public Works Construction (“Agreement”) is made and entered into as of _May _8_, 2018, by and between the City of Lake Elsinore, a municipal corporation (‘‘City") and Weka, Inc., ("Contractor"). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1.The Project and Project Documents. Contractor agrees to construct the following public improvements (“work”) identified as: Installation of approximately 3,000 linear feet of storm drain and all other items listed withing the Plans and Specifications. (the “Project”) The City-approved plans for the construction of the Project, which are incorporated herein by reference and prepared by Michael Baker International, Inc., are identified as: Third Street Channel Stage 2 CIP Project No. 4296 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 Four Million Sixty Six Thousand Five Hundred Fifteen dollars ($4,066,515). 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. Third Street Channel Agreement - Exhibit A.docx Page 1 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 one hundred (100) 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 one thousand dollars ($1,000)per calendar day, and that the Contractor will pay to the City, or City may retain from amounts otherwise payable to Contractor, such amount for each calendar day by which the Contractor fails to complete the work, including corrective items of work, under this Agreement within the time hereinabove specified and as adjusted by any changes to the work. 4.Changes to Work. City and Contractor agree that the City may make changes to the work, or suspend the work, and no matter how many changes, such changes or suspensions are within the contemplation of the Contractor and City and will not be a basis for a compensable delay claim against the City nor be the basis for a liquidated damages claims against the Contractor. Any change to the work shall be by way of a written instrument (“change order”) signed by the City and the Contractor, stating their agreement to the following: 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 PublicWorks 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). v.Professional Liability Coverage.Contractor shall maintain professional errors and omissions liability insurance appropriate for Contractor’s profession for protection against claims alleging negligent acts, errors or omissions which Page 5 may arise from Contractor’s services under this Agreement, whether such services are provided by the Contractor or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per occurrence basis. b.Endorsements. Each general commercial liability and automobile liability insurance policy shall be with insurers possessing a Best’s rating of no less than A:VII and shall be endorsed with the following specific language: i.The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured with respect to liability arising out of work performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. ii.This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii.This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv.The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. v.Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi.The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. c.Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City’s option, Contractor shall demonstrate financial capability for payment of such deductibles or self-insured retentions. d.Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 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 Page 6 to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City:City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to:City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Contractor:Weka, Inc. Attn:Jared Himle 27075 5th Street Highland, CA 92346 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. Page 7 18.Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 19.Authority to Enter Agreement and Administration. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. The Director of Public Works shall act as the Project administrator on behalf of the City. 20.Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 21.Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 22.Prevailing Wages. a.Contractor and all subcontractors shall adhere to the general prevailing rate of per diem wages as determined and as published by the State Director of the Department of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore and are available for review upon request. b.Contractor's attention is directed to the provisions of Labor Code Sections 1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these Sections. The statutory provisions for penalties for failure to comply with the State's wage and the hours laws will be enforced. Page 8 c.Labor Code Sections 1774 and 1775 require the Contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures and certain notices required of the Contractor pertaining to their location. The statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner without regard to when the Project was awarded to Contractor. d.Labor Code Section 1777.5 requires Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project, which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the Agreement. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade and if other contractors on the public works site are making such contributions. Information relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age. Section 1810. e.Eight hours labor constitutes a legal day's work, as set forth in Labor Code 23.Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. [Signatures on next page] Page 9 IN WITNESSWHEREOF, the parties have caused this Agreement to be executed on the date first written above. “CITY” CITY OF LAKE ELSINORE, a municipal corporation “CONTRACTOR” Weka, Inc. Grant Yates, City Manager ATTEST: By: Its: City Clerk APPROVED AS TO FORM: By: Its: City Attorney CITY OF LAKE ELSINORE CIP Project No. 4296 SECTION C BID DOCUMENTS CITY OF LAKE ELSINORE CIP Project No. 4296 THIRD STREET STORM DRAIN STAGE 2 NIB NO. (CIP PROJECT NO. 4296) Company: Wb_ I K e • 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: One Hundred (100) Working Days from Issuance of Notice to Proceed (NTP) by City to Contractor. BID SCHEDULE BID SCHEDULE A THIRD STREET DRAINAGE STAGE 2 ITEM NO. DESCRIPTION UNIT BID QUANTIT Y UNIT PRICE AMOUNT 1 MOBILIZATION, DEMOBILIZATION AND CLEANUP LS 1/� p awl`-' 2 TRAFFIC CONTROL PLAN & IMPLEMENTATION LS 1 ;5i13*100 >Sd37-& 3 PREPARATION AND COMPLIANCE WITH SWPPP LS 1 �j�bpp .Oo 3, a()a . 0e 4 DUST CONTROL AND WATER SUPPLY LS 1 �f/� `J�9�=' 9/ -74?9 - 5 CONSTRUCTION SURVEY STAKING LS 1 ° 0; 6 POTHOLE OF EXISTING UTILITIES LS 1 10,000.00 7 EXPORT & HAUL EARTH AND CONSTRUCTION MATERIAL, PRE & POST CONSTRUCTION VIDEO AND PHOTOS SURVEY LS 1 I S,ovc> Oc? 1,)-15,000. 00 8 CLEAR AND GRUB/DEMOLISH AND REMOVE EXISTING IMPROVEMENTS LS 1 4S)000 ,L)o SYS, 000.00 9 TRANSITION STRUCTURE LS 1 =?&0,000-vo x("0,000'00 10 TRANSITION STRUCTURE NO. 1 LS 1 58;730,00 59050. 00 11 10' W x 6' H Pre -Cast RCB JUNCTION STRUCTURE NO. 1 LF 311 /pa) f= 1;1 / Oelt° 12 EA 3 `3560,06 to'S80.00 13 14 JUNCTION STRUCTURE NO. 2 JUNCTION STRUCTURE NO. 4 EA 1 SOcO , 00 S'10c0 . 00 EA 1 4800.Qp q,%oo ,00 15 INLET TYPE IX & X EA 2 4tw, 0 0 '6,600 , 00 16 MANHOLE NO. 2 EA 5 15,000 6 b -lS 000. 00 17 MANHOLE NO.4 EA 3 a;k,ow.00 W4,0o0,o0 C-1 [i 18 19 20 21 MANHOLE NO. 4 INCLUDING FUTURE STUBS FOR 18" and 24" RCP 18" RCP 24" RCP 42" RCP EA LF LF LF 1 29va5 19 34 aSf000 . na ,bia 335,06 �') 5, 00 ' ,,000 . 00 �,41S.OQ W3105,00 D,756, per 22 48" RCP LF 10 400,00 4 000 , 00 23 78" RCP LF 923 tat,00 S13, L?3,00 24 84" RCP LF 546 U3 1, 0 p !?A4 o 5,24 , 00 25 96" RCP LF 5412-g"= ego 26 TUNNELING UNDER 1-15 (Includes 96" RCP) LF 430 i-)b.00 75a 0.00 27 CONCRETE COLLAR EA 1 jc{00, 00 (,4QO , 00 28 CONCRETE BULKHEAD EA 4 1360 ,OC) 5,X0, 00 29 CONCRETE DROP INLET CB 110 EA 1 14300. DD 140oO, OD 30 CONCRETE HEADWALL AND WINGWALLS EA 1 1+10op.00 (q%D00. 00 31 1/4 TON RIP RAP CY 14 x5.00 1, 330 . UO 32 INCLINED TRASH RACK EA 1 '11000,00 -11000.00 33 RELOCATE EXISTING SIGN LS 1 x$0,00 1260.00 34 JACKING PIT 16'X40' LS 1 ti 'D00,00 'iI 1wo, 00 35 RECEIVING PIT 15'X24' LS 1 I5 1(6,00 i5 Ood.w 36 REMOVE AND REPLACE STREET IMPROVEMENTS IN KIND LF 200 60 , 00 50,000, O 37 REMOVE TREE EA 1 g 00 , OO A%pp.bo 38 12" STEEL SLEEVE LF 19 0.00 a .00 39 CALTRANS PERMIT LS 1 Sim, D0 ,o;o, D 0 SUBTOTAL SCHEDULE A (ITEMS 1-39) 3- b( C-2 BID SCHEDULE B THIRD STREET DRAINAGE STAGE 2 ITEM NO, DESCRIPTION UNIT BID QUANTITY UNIT PRICE AMOUNT 1 CONNECT TO EXISTING 30 -INCH DUCTILE IRON DOMESTIC WATER LINE.(Includes all items to make a complete connection) EA 1 16t000-00 IDiDoo'0o 2 CONNECT TO EXISTING 24 -INCH DUCTILE IRON DOMESTIC WATER LINE..(Includes all items to make a complete connection) EA 1 10i000,n0 IO,a00 . Qa 3 CONNECT TO EXISTING 16 -INCH DUCTILE IRON DOMESTIC WATER LINE. Deleted Deleted 4 CONNECT TO EXISTING 12 -INCH PVC DOMESTIC WATER LINE .(Includes all items to make a complete connection) EA 2 13,(b�'0ov,000 ,00 5 FURNISH AND INSTALL 24" X 12" FLG DIP TEE X MECHANICAL JOINT ADAPTER/ CUT -IN -TEE. EA 1 1�� D0 111 SQb, LV 6 FURNISH AND INSTALL 30 -INCH RESTRAINED -JOINT DIP LF 316 x$,00 13LI13w,00 6A 30" 45 DEGREE BEND EA 8 130D,00 10 4C0 , 00 6B 30" X 12" TEE EA 1 1000, 00 (000, OQ 6C 30" X 24" REDUCER EA 1 10D6- Ov 1000.00 7 FURNISH AND INSTALL 24 -INCH RESTRAINED -JOINT DIP LF 53 31 S', '1So00 7A 24" CROSS EA 1 boo. 00 7B 24" TRANSITION COUPLING PER EVMWD STANDARDS (RESTRAINED)EA 2 �,� �I�0 0® 7C 24" 45 DEGREE BEND EA 2 )D, 00 1'(000, oc 7D 24" X 16" REDUCER EA 1 S00,00 9bo, 8® 7E 24" X 12" REDUCER EA 1 %OD, 00 800, 0 8 FURNISH AND INSTALL 16 -INCH RESTRAINED -JOINT DIP LF 41 3aS.00 )3j3LS•6f7 8A 16" BLIND FLANGE EA 1 �DD,OU 460,0 9 FURNISH AND INSTALL 12 -INCH RESTRAINED -JOINT DIP LF 90 X75.60 ;A750, 00 9A 12" 45 DEGREE BEND EA 12 ;7$,00 -3,340, 00 96 12" TRANSITION COUPLING PER EVMWD STANDARDS RESTRAINED EA 2 A's . 00 &Z.00 9C 4" OR 6" TRANSITION COUPLING PER EVMWD STANDARDS RESTRAINED EA 2 SSp,bb (,I60,00 9D 12" X8" REDUCER EA 1 10 FURNISH AND INSTALL 8 -INCH RESTRAINED -JOINT DIP LF 34 X56, 0 0 '714S0,00 11 8" RESTRAINED CAP EA 1 x7 $.00 %7 S• 00 12 FURNISH AND INSTALL 8 -INCH TEE ASSEMBLY IN EXISTING LINE LS 1 10,000,0o Iwo, 00 12A FURNISH AND INSTALL 8 -INCH GATE VALVE EA 2 1AM-00 3, 00, 00 13 FURNISH AND INSTALL 6 -INCH FIRE HYDRANT / BLOW -OFF ASSEMBLY EA 4 00,00 3�i000• 00 14 FURNISH AND INSTALL 4" AIR RELEASE/VACUUM VALVE EA 1 bim,b0 101066,00 15 FURNISH AND INSTALL 6" AIR RELEASE/VACUUM VALVE EA 1 1� CD}, 00 13 WO, D 16 FURNISH AND INSTALL 24 -INCH FLANGED BUTTERFLY VALVE EA 2 15,mp,60 •30.W5 , 0(D 17 FURNISH AND INSTALL 16 -INCH BUTTERFLY VALVE EA 1 4,cm,00 4(ow,d o 18 FURNISH AND INSTALL 12 -INCH RESILIENT WEDGE GATE VALVE EA 4 3600,00 )µ 000, 60 19 REMOVE AND SALVAGE EXISTING FIRE HYDRANT AND INSTALL BLIND FLANGE. EA 1 11000,00 Ii060 , b© 20 CUT AND PLUG 8" WATER LINE EA 1 22a,00 00 21 SEAL MAIN AND ADD THRUST BLOCKS LS 1 q wo. 00 8000, Ott C-3 22 1 REMOVE AND DISPOSE OF EXISTING WATER LINE LS 1 1,300.00 1)300.0 0 23 FURNISH AND INSTALL 6 -INCH SEWER SERVICE LATERAL LF 82 ;ZaS, OC Ig'450, 0 O 24 CONNECT TO EXISTING 18 -INCH EXISTING SEWER MAIN EA 1 4,500,00 41S60, DO 25 REMOVE AND DISPOSE OF EXISTING SEWER SERVICE LATERAL LS 1 A"'>0D.0b ;?,"lot) 26 INSTALL 4" CLEANOUT EA 1 (400.00 1,400,60 SUBTOTAL SCHEDULE B (ITEMS 1-26) 4q7,35-6,60 TOTAL BID (SCHEDULE A & SCHEDULE B) , 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. Total Bid: °� (Figures*) Total Bid: M 4101;rm S r' 0% ■ ■ • ■ III ■ i • i = • i 1 ■ ■ ' ■ C-4 CITY OF LAKE ELSINORE CIP Project No. 4296 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. Date: April 17, 2018 Contractor's State License No.: 670100 Class: A By: Department of Industrial Relations Registration No. Registration Date. 5/10/2017 Address: 27075 5th Street Highland, CA. 92346 Phone: 909-425-8700 FAX: 909-425-8706 C-5 Weka, Inc. Contractor 1000003472 Expiration Date: 6/30/2018 CITY OF LAKE ELSINORE CIP Project No. 4296 THIRD STREET STORM DRAIN STAGE 2 CIP PROJECT NO. 4296 The Bidder shall acknowledge the receipt of addenda by placing an "X" by each addendum received. Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 If an addendum or addenda have been issued by the City and not noted above as being received by the Bidder, the Bid Proposal may be rejected. _ 4/17/2018 &iUr'sSignature Date Jared Himle Print Name W: President Title CITY OF LAKE ELSINORE CIP Project No. 4296 THIRD STREET STORM DRAIN STAGE 2 CIP PROJECT NO. 4296 STATE OF CALIFORNIA ) SS COUNTY OF San Bernardino ) (NAME) Jared Himle affiant being first duly sworn, deposes and says: That he or she is President (sole owner, partner or other proper title) of Weka, Inc. the party making the foregoing Bid, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company associations, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham Bid. (Public Contract Code Section 7106) Address: 27075 5th Street, Highland, CA. 92346 Telephone No.: 909-425-8700 Jared Himle Print Name: Signature: i /1 Title: President Date: 4/17/2018 Non -Collusion Affidavit must be accompanied by notary certificates for signature. Note the description of the document on the notary certificate. Attach notary certificate immediately following_ this gage, If the Bidder fails to properly sign or omits the required signature, the bid will be considered non-responsive and will be rejected. C-7 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 San Bernardino On April 17, 2018 before me, Kari Saputo, Notary Public (insert name and title of the officer) personally appeared Jared Himle who proved to me on the basis of satisfactory evidence to be the person(ej whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/shaA ey executed the same in his/heFAheir authorized capacity(ies), and that by his/he4their signature(s) on the instrument the person(o, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. KARI SAPUTO WITNESS my hand and official seal. +F Commission # 2106102 z �+ Notary Public - California a Z San Bernardino County M Comm. Ex ires May 5,2019r Signature (Seal) C lr, Project No, 4296 BOND NO, N/A rill.#IIJIAZ*• THIRD STREET STORM DRAIN STAGE 2 Cly' RkOJECT NO. 4296 KNOW ALL. MEN OR WOMEN BY THESE PRESENTS. That we Weka, Inc. as PRINCIPAL, hereinafter referred to as "Contractor", and U.S.5peeialty Insurance C_om�a2y 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---10%--- THE CONDITION OF THIS OBLIGATION IS SUCH: "r'hat whereas the Contractor has submitted the above-mentioned Birt 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-8 BID =R'S � OUD �CN8,T0R ELkGlw THIRD STREET STORM DRAIN STAGE 2 CIP PROJECT NO. 4296; IN WITNESS WHEREOF, we have hereunto set our Hands and seals on this 10th day of _ Aplil.—_ 201 BIDDER: Contractor Name: Weka, Inc. Address: 27075 5th Street Highland, CA 92346 Telephone No,: 909 425-8700 Print Name:{" Title: Signature: Date:_( j C I P i-Yoject N(j. 4291`3 CORPORATE SURETY: Company Name: U.S. 5 ecialE insurance Company Address: 801 S. Figueroa Street, Suite 700 Los Angeles, CA 90017 Telephone No.: 310.649.0990 Pr int Name: Samantha Orf T S Dante: A2ril 10, 2018 ^ SIGNING INSTRUCTIONS TO THE CONTRACTOR Bidder's Rand mast 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 Binder fails to properly signs or omits the required signatures, the bid will be considered non-responsive and will be rejected. C-9 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. CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On April 10. 2018_ before me Jeannie M. Hall, Notaa!y Public personally appeared_ Samantha Orf , who proved to me on the basis of satisfactory evidence to be the person(s) whose names} is/afe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in #is/her/#heir authorized capacity{Le , and that by 14+s/her/th& signatures} on the instrument the person(o, or the entity upon behalf of which the person{o acted, executed the instrument. 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.lamlyComm JEANNIEM.HALL Commission No. 2230951 NOTARY PUBLIC -CALIFORNIA SAN BERNARDINO COUNTY j�J�y]X_ (Seal) 11 Espires FEBRUARY 11 2022 Signatur a, POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES -SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indei7s'riitiy Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Martin M. Davis, Peter M. Davis, Shannon Lopez, Elizabeth D. Kolpien; George DeCristo or Samantha Orf of Redlands, CaliforniaMM =i — its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognixances, undertakings or other Instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *""Fifty Million**--*_** - Dollars ($ **5Q,000,QOQA4**I. =This Power of Attorney shall expire without further action on November 3, 201 9. This Power of Attomey is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the Presidmit, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Atrornry-in-Fact may be given titli power and authority Ibr and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, rccognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including lsny and all consents for the release of retained percentages anchor final estimates on engineering and consuttction contracts, and any and ail notices and documents canccting or tcrminating the Company's liability thereunder, and any such instruments.so ekecutcd bXars�ttugh Attorney -in -Fact shall be binding upon flic company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. -IN WITNESS WHEREOF, The Companies have caused this instrument to.be signed and their corporate seals to be hereto affixed, this:= — — 1 st day of November, 2016.. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY p lillurr„ �,SWplll.r$1 ,Ilrin4lr, as°gFCTP Ha y"`y SUR rrw ��W41N ^wy o 5lnxrrr� Z fl.....h�i..........lC%&&, �j 2_' rat; 4` 3ci v? B -� _��PILOPIOMIlS :4� 1 tY= ?Jul Y L Y• SCP! 2; 1104 ! - 7J.: F y ;¢ ;� _. iz =* i :'Y=� , '� Daniel P. Aguilar, Vice Presi eat i, .. .. e` :�.�•... Tye '.�Nr 'y,F� � ....... .r 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 Californin County of Los Angeles SS: On this 1st dayof November, 201=6, before me, Sabina Morgenstein, a notary public; personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and t].S. Specialty Insurance Company who proved to one on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that: lie executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJ1JRY under.the.laws of the State of California that the foregoing paragraph is -true R!_¢orrmt. WITNESS my hand and official seal. _ _ = SABIHA MORfiEN5TElii Commission 8 2129259 Signature (Seal)N otary Public • California Los Angeles County Comm. ExDlres Nov 3, 201' 1, 1,00 to-, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding -Company, United States Surety Company and U.S. .Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this day ofa0p i f e � � � 11141 Irrl ,,y11111111r1r1,N „trllllllrrrry N Corporate Seals "r1- ar`g8t1✓ '4c HAI�+R n4 ,r` tinea+onaL _ a 3 d !°' $�i SEP-m9.� = y: :n r Bond No. do Agency No3549 ow :Wi +7s =alt r A c. ? qtr ".�r�PF'SrE�An` - wrulul`t,l `a - rl —l'EL- Kio Lo, Assistant Secretary 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 San Bernardino On April 17, 2018 before me, Kari Saputo, Notary Public (insert name and title of the officer) personally appeared Jared Himle who proved to me on the basis of satisfactory evidence to be the person(s) whose name(a) is/a-re subscribed to the within instrument and acknowledged to me that he/s#ey executed the same in his/h&Oth • authorized capacity{4es), and that by his/hefMieir signature(s) on the instrument the person(o, 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. t KAKI SAPUTO WITNESS my hand and official seal. Commission # 2106102 aNotary Public - California z 0San Bernardino M Comm. Ex ares May 5, 2019 Signature �� (Seal) CITY OF LAKE ELSINORE CIP Project No. 4296 THIRD STREET STORM DRAIN STAGE 2 CIP PROJECT NO. 4296 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. n Name Under Which Subcontractor is Licensed: i' 1 I nC.If License Number: Ls-� 31-63 _ Address of Office, Mill or Shop: ! Specific Description of Sub -Contract: and Bid Items of Work: i r.±,a Name Under Which Subcontractor is Licensed: Xt Am -n ca, &. _ !- ± License Number: 16 Address of Office, Mill or Shop: V0 6QY= nAo-, Specific Description of Sub -Contract: and Bid Items of Work A,,�()I Name Under Which Subcontractor is Licensed: 04-n 16 Dru c��4 License Number: (e) 3 9 -7.7 Address of Office, Mill or Shop: 105"7 ;�- A&L C'' 3 lQ[Y!k' It 7 37 Specific Description of Sub -Contract: and Bid Items of Work: IF Name Under Which Subcontractor is Licensed: A�QIIII �1tfU 0 ecr� !2 ► License Number: 6_7�SOa Address of Office, Mill or Shop: -l000 Qrry 11 go a G4 • �«1 � Specific Description of Sub -Contract: and Bid Items of Work: :UtN e.- k - Xe Subcontractors listed in accordance with the provisions of Section 2-3 must be properly licensed under the laws of the State of California for the type of work that they are to perform. Do not list alternate subcontractors for the same work. C-10 1 K 3 CITY OF LAKE ELSINORE CIP Project No. 4296 REFERENCES THIRD STREET STORM DRAIN STAGE 2 CIP PROJECT NO. 4296 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: See attached list Name (Firm/A enc ) g y Address Project Title Project Location Type of Work Project Manager Contact Dated Completed Name (Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Dated Completed Name (Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Dated Completed Phone Contract Amount Phone Contract Amount Contract Amount C-11 CITY OF LAKE ELSINORE CIP Project No. 4296 List any other projects (private, older than three (3) years, etc.) that may represent qualifying or similar experience: 4. 5 Name (Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Dated Completed Name (Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Dated Completed Name (Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Dated Completed Phone Contract Amount Phone. Contract Amount Phone Contract Amount C-12 m 3[ ^ f m o 3 a n 3 w v $ v 3 N o SSP Y n' S in Zi .4� IF _ x m g 7 r E N D ' H • o ? c 'rte o sv,, o S 3 d n ���3 s y� ni cs_gmz°�E So 9. n n Ln lw <� m 0 s s a s s s a 4g m D o � PO 0 0 0 0 a 3 x- °� 3 'm w c a a $^60 'o v 7 a 3 0 < 0 3 a c m 0 z i o c o N m s 5 E c 3 o z z z z z z z iy D D D D D D D 0 0 � zC y 55aj m D �zo �z m s Z5 5 w 5 w o 'Uo 3 o'c 3 v p c F!g% m D E N n n 9 m o ry � a o as n 3� 3r aL om ='z c� fir$ 1N re)�N 9d 88° b d -- dd H S n _ aG a _ ? _-; ° o s s c z' _ o ,� e °3' m e cxsN0.2°-- w a t n-sti2 ol `4'� 3 '" ° c o 0 Ir -mangy _�,'�.�Z• Nn n_ 03 - ; '° w _a' " 2 N' m w °Iz N 3 o F 9 3 � _ �' m 'S � m �•� csm ? d n z 3 A m m ti r w e w iOi on H ^ O D 3C D _ m O Z O $$ wo $ $ 8 O � fri J w N C � y - F" R m R Ra, ao 3 lw c N m a? zN m AN Sd mo A g Jf� nom_ - n o � - a � 8no D D O NO H � N NO m A S F C � vii O D D D 2 Z y D > D D D D 00 ZC y A � 5 �y `o o ?o ' '� F 0.: r '� :' '3 o d m -'• m X �? a ea? � 3 ? 92 a a? ''� �� o E a i D u 3 ? j m °3 sw e 3os 3s 3 c 3-� oD Rei o vTf o 3 FS B 3 S o c o _ S m ooB° o °0 o 9 a N n I" rdo o z O s 3 3° s os. w g N Er D D 3 — 3^ O o N y N w w a 3 m 2 3 0 2 �`m2^'o'okms'„ ^ �;°� Vis; �o n= Ns; �v NsN czi z s N 3' �s�' - ° s _ m z' o gN SE. " � O 22 D� �10 o ti �° 4g i m~ 2 wN SFO O N m 8 8 8 8 8 °N A O D O 10 A � A J N p n y 8 8 8 8 8 3ol o 'm o n o 8 A. w c So 0 0 \ m 2 o w0 o a A s� 3 � o n > n n n > n S o z a n c. z y c � z `o F F F F F F F F F — a $ Q 3 gym- — A i s a '� � g ''.� R •^ `3 $ 0. 3 � � a r� � 3^ a -R. d D_ y oo 33� =o m 3 3 N F 'm 3 ° o n 3o o 3 0 z 3 " ei wo oa Smog "a d `°R a Sz. ooo z' Sm o.JnSf ° m m o'A '�° ,8�' — ° `o<2. —N2 �n 0, ,o aZ o @ y D 'v_ c 3 c 'zwn 3s�d_"'= o�.� 9Si� o �z,6B I wo^ sNa o� no. a3� 3s45 z r3 n a oIm z'm o D a o z m m ti m n i o z ? 0 0 0 o m n o z „ oy o m m g V Um' O D O p 8 8 8 O z ^ n n p 'o m _ R o o =_ u ao 8= o v a oc ag ooo WD 3 o A ° x M EL 0 —o o \ \ 3 m u o z F s f o c 10 a sSA 3 u� o z z z > zz z z a 3 D D D D D D D O= D z < C 0z �� Q Ij. 3x o 2. %'.p ,on ;�6 Q 3• o d p ' o_ F u o y 9 Q N ? �' w v 3 ° 3d $ 3� °F 2 0, ° 3� F SAd SAE Fqw o2 R'm 2 S c n'»'»a W a o z F r m. m, a x ID ' F� g iso 2' 0002 4� — 3 p A ra >� ° ^^9 v �"haw c >� A n V c c „�.x , o� a ° m w'_,0., 3 pR n Z �n $N3 2; _ o 'o o— _axaom w D °+Z. z o rpm m -2.w. n m» 8 S g s N g - - 2 O D A O O O m 2S ol D i D n O D c Z y m D O o o w o 0 o O p Z p A " O N O o N O D O Q5 Dn F e o =o o N = y Z o m wo p N N N w N N N Z m O n i O N A 5 F c 3 � o Z Z Z Z Z Z 2 Z Z Z i D D D D D D D D D D O z - Zc y z C z `o 9 l N' i o a ry F u1pi m w y i Er m D x D oo^° i ;^,^ 3� ops , 0 9=" f., m A. F o i o x N o y; N o 3 i E - - i o ol n q p m v m esbamoo 3 e n 4°w gym- o. w a �0p _ e _ _°°� ry10 m<nn° Pd Vinn" D w 9�'8a w= an d z m P D o^ r s 2 A 2 $ 2 W P^ § o § o Iz F m s> q F F z $ g 3w g Q N o m ,� $ 0 o a >c a N Z 2 y m D 0 o O o G O o 0 8 N Z p p o O N 0 O DZ Qy 8 a mD wp 10 z oB_A �a EL N= �°00 Im N"-0 N r 3 o = w ;36 r _ g ZY o c o \ o o o n _ O � 3 s� c i �o z z z z z z z z z z z a 3 a a a a n a a a a n o z c- z � c z `o 0 i`p o m o m o rl i ti ry9 :l d yy 2 0 A �' » :3 0- :3 O O 3rD 3 a Z e w 3 c` a 6 3 _ < w m 2 0 s 3 t a v S w 3 u£ 3 e �, w 3 o z d F 3 3 r 9 n 3 y n l 3 3 3 x `Am' 3 'm 3 0 f nz �',�'� No3^ 0 ° �:NSw n o 3 c 3 3 0 3 8 3 1 33 v o 3 D 2 E $3 Or n ' Ga �$'< �o`-P. - d �+n b sGd_ i 3o d o A A 22 Y 3 d p oq o^ 3gao 3 m>g w><� s� ra>"—^z A aF ABr - Pa>Notio��>w tiz3d pxw Ptiz '"p ti�z o _- „ 0 a D n 3 P D Z'N Z'� d m� D m Zma ' _ '^ 3 i^ a3�o w m , m 6 m D S80 N 2 I A0 n N 3 N G. u Or 0 D S O DC 2 y m n 0 0 0 0 o ,0 p z 0 o R 0 n - o <m S2 a e g < G N n oo '� 3 z 10 n o o o o 0 a N A O Z r pns F i= 3 �a z z � n z D z D z D z D z D z D d D D D O 2 C• ZD a= s5 y z `o 0 E F E- 0. 3 z' d o t 3 2. N a N~ m m m O a o a A S~? S N x Li@ y 3 vi x N 3 N S$ y o c c m i 3. b a3a-i. off S° 2o0 nW a� ° < S v EL_ a a wa �d Iz s m m o �m �zo p e 0 o n A w w w ol i c n z z y H mo 0 a 10 5� o A T09 ^ _r a o ppm v d ng'o` F Nan � wm mm� gW o �ag mF 0.tiN aw 25 A :E ^-mac aNq i^�on 3.E°�'-_-_it o c v c f < 0 0 — „Aj , $rt< ^ z E a ^ Id id G m p5 F c 3 o z n z n z n z n z a z n z a z a z n n o z c. z c E z `Z5 O 3 n o 3 3 3 z F n w n w' w n 94. n a 3 s ?? d d 3 3 = a mo n ° S 3 ° �$ -•z ..? n e^y m oA z .-.$� 2 —q i m2 elm g2 3 m� d a3 A N eiiw no° NB n � c 3a p 0 v „go0Q 00onA oA. �nD� "3 0 z n a n ^ o z o 81 o p o0 o P 0 a pO O a O _ o 220' 55 g y 22 1 z m - A $ p m m m _ � £ 0- o p o r p r ti r 2 r ZO y n y 3 S o z z z z z x z z z z z z 3 y a a a a a a as a a P a n a o 0 ? c z eo 5 c O O F F F F F a3 d z' o o m m z v 3 a S c a 9 �3 3 3 � 1'0 AF A o 5' n n e 16 IF w - O iso — F _dD D a o ° " s " ZZ D n 3 0 w m n ° Z o � o 0 n n o a£ o A^ m m 3 3 F a 9 m ct c n� 3 0 F r e o r n j \ w"' r 10 3 8 8 $ 8 8 8 8 0 0o ° z o 0 s < a y 3 o n 53 SA o z z z z z z z z z z z 3 y D D D D D D D ➢ D D D o- D C Z `o 0 d ; o a FC Cd 9 o 0o ' w a 3 b ` SAFFaoz1F�2o �- ti� _ �zm °�a a32 a�z? and <�3 Z a ti�R a -W� n — o aw '� o °o<sao d Old ° 0. RK S w F 8° - tea' wn w a 0. co — ate w 3 •. ° ,'-� 3w n m�e m m m m n ma m m m m Z p 3 u 0 ° O w r v u m N H v w' N H N z 0 F waw° O z 10 5� a i � c a z Z y ma O z z b a O O i n ZC � y n�n y N �x Oox 1 $� A r fj 2S l<1 O 9 0- _ H1. n O z w ° ; r w p F F n l < a Ro — c � m n r z O i _ v s5 � C u� o z z z z z z z z z z z n 3 y a a n a a a n a a n a c n z < c � z `o 0 .r 3 ti a do^ z,'o3 — 0 — m uS .. n w 3'm$ N ~a9 y' o F h �m $ 4^ s�� ti� wa� N3snO, ti�sm - Y'vsi. °' ? N� d v �•<So x ��53 EE m So 'S°o '^2 _ n _ �_ o _ A�n�F ^o_ "°''�'� c off- ^'3 ° r3 N2x ti a g' Cl 04 8 - d MR a nN3 < $x za c �. n o d N "' s Nan F Ra z z F R 3 O T D D s S` n 5m�� P s 3' 23 3 0 n a D n D 0 m D O Z y O O O 1 O n C Zo H p a Er Ix � � O 8 a 8 8 8 8 8 or Z O y pns F �o z z z zz zn z z z D D D D D D D D D D Z ZC y z C v! °z 7 o �`! ! (|( ! (E! ( ¥ ;!! \2ƒ ; m )�!§|2 n•"- ,4} � |;( �0 \ §!/&{}{! , 4|0 s§) lk�� §) §) k) \§ q _ | \ �0 \ol �\ \ 0 § k §) ) ] \e¥ f )| ! f f ! () |§ \§ CITY OF LAKE ELSINORE CIP Project No. 4296 CONTRACTOR 1NF_ORMATION THIRD STREET STORM DRAIN STAGE 2 CIP PROJECT NO. 4296 Contractor's License No.: 670100 a. Date first obtained: 4/27/1993 b. Has License ever been suspended or revoked? If yes, describe when and why: NA c. Any current claims against License or Bond? If yes, describe claims NA Class: No A Expiration 4/30/2019 NO Principals in Company (List all — attach additional sheets if necessary): NAME TITLE LICENSE NO. (If Applicable) Jared Himle Trent Himle Becky Himle President VP/Secretary CEO C-13 CITY OF LAKE ELSINORE CIP Project No. 4296 VIOLATIONS OF FEDERAL. STATE OR LOCAL LAWS THIRD STREET STORM DRAIN STAGE 2 CIP PROJECT NO. 4296 Has your firm or its officers been assessed any penalties by an agency for noncompliance or violations of Federal, State or Local labor laws and/or business or licensing regulations within the past five (5) years relating to your construction projects? YES / 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 / NO (circle one) Code/Laws: Section/Article: If "yes," identify and describe, (including agency and status): 7 ig nature Jared Himle Print Name Weka, Inc. Contractor Name C-14 Date President Title CITY OF LAKE ELSINORE CIP Project No. 4296 THIRD STREET STORM DRAIN STAGE 2 CIP PROJECT NO. 4296 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 / NO) (circle one) If yes, provide the following information (if more than once, use separate sheets) Date: Entity: Location. Reason: 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. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. 4/17/2018 �Tignature Date Jared Himle President Print Name Weka, Inc. Contractor Name C-15 Title If the Bidder fails to properly sign or omits the required signature, the bid will be considered non-responsive and will be rejected. DTII.ri i'IGltl?rMF`NT THIRD STREET STORM DRAIN STAGE 2 CIP PROJECT NO. 4296 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. 4296 THIRD STREET STORM DRAIN STAGE 2, (1) (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. Signature By Jared Himle Name President Title Weka, Inc. Contractor Name C-16 PUBLIC CONTRACT CODE THIRD STREET STORM DRAIN STAGE 2 CIP PROJECT NO. 4296 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 X 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 X 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 certification may subject the certifier to criminal prosecution. 4/17/2018 Sigrfature Date Jared Himle President Pr' N�me e a, nc. Title Contractor Name C-17 D b Z W m z z a 0 v z 0 m m mm 0I2 0 D r v c 3 N N K icu W W z C C -1 c m m cnz 0 o �0 0 CD D O Z W m z z a v z 0 D r O D W c� w v H D CD o A cn o co V O r W ^ Exhibit C Third Street Channel – Stage 2 Site Map