Loading...
HomeMy WebLinkAboutItem No. 11Contract Weka, Inc. Larson Road Storm Drain, Water Road Imp Z10061City of Lake Elsinore LW811-Si no 130 South Main Street Lake Elsinore, CA 92530 www.lake - elsinore.org Ne °— IKikr- ' City Council Agenda Report File Number: ID# 19 -658 Agenda Date: 7/14/2020 Version: 1 Status: Approval Final In Control: City Council / Successor Aqency File Type: Council Consent Calendar Agenda Number: 11) Award of Contract with Weka. Inc. for the Larson Road Storm Drain. Water. and Road Improvement Project No. Z10061 Authorize the City Manager to execute an Agreement with Weka, Inc. for the Larson Road Storm Drain, Water, and Road Improvement Project No. Z10061 in an amount of $623,725.00, authorize the City Manager to execute change orders not to exceed 10% contingency amount of $ 62,372.50, and authorize City Clerk 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. City of Lake Elsinore Page 1 Printed on 71912020 CITY OF 4 LADE LS MORE L DREAM EXTREME REPORT TO CITY COUNCIL To: Honorable Mayor and Members of the City Council From: Grant Yates, City Manager Prepared By: Remon Habib, City Engineer Date: July 14, 2020 Subject: Award of Agreement with Weka, Inc. for the Larson Road Storm Drain, Water, and Road Improvement Project No. Z10061 Recommendation Authorize the City Manager to execute an Agreement with Weka, Inc. for the Larson Road Storm Drain, Water, and Road Improvement Project No. Z10061 in an amount of $623,725.00, authorize the City Manager to execute change orders not to exceed 10% contingency amount of $ 62,372.50, and authorize City Clerk 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 During the February 14, 2019 storm event, Larson Road suffered severe damage, the City performed emergency repairs to place drainage pipes and restore the roadway surface to a passable condition. The permanent repairs to Larson Road will include a complete repaving of the street, asphalt dikes, curb and gutters upsizing the damaged waterline from 6" to 8 ", and replacing the two 30" HDPE pipes with one 12' by 4' reinforced concrete box culvert. On April 30, 2020, the project was advertised on the City's electronic bid management portal. Discussion Contractor Bids were secured via the city's electronic bidding portal on June 10, 2020, at 2:00 PM, results were made publicly visible. The City received ten (10) bids from qualified contractors. Staff recommends awarding the project to the apparent low bidder Weka, Inc. The bid results are summarized below: Contractor (Bidder 1. Weka, Inc. 2. James McMinn, Inc. Total Bid Amount $ 623,725.00 $ 648,386.05 Page 1 of 2 3. O'Duffy Bros, Inc. $ 694,614.50 4. Boudreau Pipeline Corporation $ 725,416.00 5. Hillcrest Contracting, Inc. $ 773,850.38 6. Wright Construction Engineering Corp $ 781,400.50 7. Hardy and Harper $ 850,000.00 8. Riverside Construction Company, Inc. $1,022,686.00 9. Leonida Builders, Inc. $1,023,806.00 10. Griffith Company $1,044,511.00 Fiscal Impact Public Works Construction Agreement will result into a cost of $623,725.00 plus an additional 10% in contingency. Funding for this project has been adopted within the current CI Budget. Exhibits A. Agreement Page 2of2 Agreement No. AGREEMENT FOR PUBLIC WORKS CONSTRUCTION Weka Inc. For the Larson Road Storm Drain, Water and Road Improvement CIP PROJECT NO. Z10061 This Agreement for Public Works Construction ( "Agreement ") is made and entered into as of July 14, 2020 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 Protect Documents. Contractor agrees to construct the following public improvements ( "work ") identified as: Larson Road Storm Drain, Water and Road Improvement (the "Project ") The City- approved plans for the construction of the Project, which are incorporated herein by reference and prepared by the City of Lake Elsinore, are identified as: Larson Road Street Improvement Plan The Project Documents include this Agreement and all of the following: (1) the Notice Inviting Bids, Instructions to Bidders, Bid Documents including Bidder's Proposal as submitted by the Contractor, Contract Documents, General Specifications, Special Provisions, and all attachments and appendices; (2) everything referenced in such documents, such as specifications, details, standard plans or drawings and appendices, including all applicable State and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or extending the work contemplated as may be required to insure completion in an acceptable manner. All of the provisions of the above - listed documents are made a part of this Agreement as though fully set forth herein. 2. Compensation. a. For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to construct the Project, including furnishing all materials and performing all work required for the Project, and to fulfill all other obligations as set forth in the Bidder's Proposal, such contract price being Six Hundred Twenty Three Thousand Seven Hundred Twenty Five dollars ($623,725). b. City hereby promises and agrees to employ, and does hereby employ, Contractor to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Project Documents. C. Contractor agrees to receive and accept the prices set forth in the Bidder's Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the Project Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 3. Completion of Work. a. Contractor shall perform and complete all work within Sixty 60 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 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 ($500.00) per calendar day, and that the Contractor will pay to the City, or City may retain from amounts otherwise payable to Contractor, such amount for each calendar day by which the Contractor fails to complete the work, including corrective items of work, under this Agreement within the time hereinabove specified and as adjusted by any changes to the work. 2 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 damage claim against the Contractor. Any change to the work shall be by way of a written instrument ( "change order ") signed by the City and the Contractor, stating their agreement to the following: a. The scope of the change in the work; b. The amount of the adjustment to the contract price; and c. The extent of the adjustment to the Schedule of Performance. The City Engineer 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, the County and Board Supervisors, 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 3 property, or violation of law. It is understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Contractor from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 9. Insurance Requirements. a. Insurance. Contractor, at Contractor's own cost and expense, shall procure and maintain, for the duration of the Agreement, unless modified by the City's Risk Manager, the following insurance policies. i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his /her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. In the event that Contractor is exempt from Worker's Compensation Insurance and Employer's Liability Insurance for his /her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. ii. 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. 4 iv. Builder's Risk Coverage. Prior to the commencement of any construction of the Project, Design - Builder 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 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 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: If to Contractor: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 Weka, Inc. Attn: Jared Himle 27075 5th St. 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 for 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. 11 17. Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys' fees. 18. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 19. Authority to Enter Agreement and Administration. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non - monetary changes in the scope of services; and /or (d) suspend or terminate the Agreement. The City Engineer 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. 7 b. Contractor's attention is directed to the provisions of Labor Code Sections 1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these Sections. The statutory provisions for penalties for failure to comply with the State's wage and the hours laws will be enforced. C. Labor Code Sections 1774 and 1775 require the Contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures and certain notices required of the Contractor pertaining to their location. The statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner without regard to when the Project was awarded to Contractor. d. Labor Code Section 1777.5 requires Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project, which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the Agreement. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade and if other contractors on the public works site are making such contributions. Information relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age. e. Eight hours labor constitutes a legal day's work, as set forth in Labor Code Section 1810. 23. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. [Signatures on next page] IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. "CITY" CITY OF LAKE ELSINORE, a municipal corporation Grant Yates, City Manager ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Risk Manager 0] "CONTRACTOR" Weka, Inc. a Corporation By: Jared Himle Its: President By: Click or tap here to enter text. Its: Click or tap here to enter text. EXHIBIT A Ze]►11 I M:lmN Ws] Iow-111I [ATTACHED] M3:11 -.112W 14 611 go] RIM -.114 o] 0111 Z LT O to] Z 601 [ATTACHED] CITY OF LAKE ELSINORE CIP Project No . Z10061 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 . Contractor Date : 116 G By . Contractor' s State License No . : 70r! 0 �- VA Class : Department of Industrial Relations Registration No : / 0000030 ) ), Registration Date : I q lgl 042�6 Expiration Date : / 30 Address : � `�$� Phone : qU `�- '� �. 5` 4y-,) uc FAX : C- 10 CITY OF LAKE ELSINORE CIP Project No , Z10061 ACKNOWLEDGMENT OF ADDENDA RECEIVED LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 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 . dder's Sig ature Date Print Name Title C- 11 CITY OF LAKE ELSINORE CIP Project No . Z10061 NON -COLLUSION AFFIDAVIT LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 STATE OF CALIFORNIA ) SS COUNTY OF ;� ( NAME) affiant being first duly sworn , deposes and says : That he or ehe is Pr �� z � of (sole owner, partner or other proper title) e � 1 ( 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 : ?� 7S J H � ct � .d� � CA- J �i ? iib Telephone No . : %oq ' LOS 8900 Print Name : J c � � 0 \ yvAe Signature : . Lv/ Z Title : Pref, 1J t Date : CO & C- 12 CITY OF LAKE ELSINORE CI Project No . Z10061 SIGNING INSTRUCTIONS TO THE CONTRACTOR Non -Collusion Affidavit must be accompanied by notary certificates for signature. Note the description of the document on the notary certificate . Attach notary certificate immediately following this page . If the Bidder fails to properly sign or omits the required signature , the bid will be considered non -responsive and will be rejected . C- 13 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 W See Attached Document (Notary to cross out lines 1 -6 below) i l See Statement Below (Lines 1 - 6 to be completed only by document signer[s] , not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) 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 Subscribed and sworn to (or affirmed) before me County of � ZYtO on this ID day of 7:TwA2 , 207210 . by Date II rr,, Month Year (and (2) ), Name(s) of Signer(s) proved to me on the basis of satisfactory evidence ® ® " to be the personA who appeared before me . REBECCA BROCKHAM Notary Public - California z San Bernardino County > Commission # 2275747 Signature , My Comm . Expires Feb 20 , 2023 Signature of Notary Public Seal Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document : �t51�1 - C ILI cv . a l wAu I Document Date : 10 zoZa Number of Pages : Signer(s) Other Than Named Above: ©2014 National Notary Association • www. NationalNotary.org • 1 -800- US NOTARY (1 -800-876=6827) Item #5910 CITY OF LAKE ELSINORE CIP Project No , Z10061 LIST OF SUBCONTRACTORS LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 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 : License Number : w ) 3 Address of Office , Mill or Shop : i Q 1lox )�). q 0vrvv ct, , V Specific Description of Sub- Contract: and Bid Items of Work : }gi, as 04ZJ Ikm A10 (� Name Under Which Subcontractor is Licensed : )`i'Jan A & License Number: 21 �4 Address of Office , Mill or Shop : 1/ 7&,2 ylmg QW, Sc-e IV, 8M c23 �f, Cvrohe4 , Specific Description of Sub- Contract: and Bid Items of Work (!&+tare work ZiL� 7, c/ o 10l0 � , Name Under Which Subcontractor is Licensed : License Number : y ?f? H Address of Office , Mill or Shop : PO /3o5c ls'lr &rrIS , 64 9o?s 7a Specific Description of Sub- Contract : and Bid Items of Work : Alp. ID ; Lo 4*47 Ale , Name Under Which Subcontractor is Licensed : License Number: Address of Office , Mill or Shop : Specific Description of Sub- Contract: and Bid Items of Work : Subcontractors listed in accordance with the provisions of Section 2- 3 must be properly licensed under the laws of the State of California for the type of work that they are to perform . Do not list alternate subcontractors for the same work . C- 16 CITY OF LAKE ELSINORE CIP Project No . Z10061 REFERENCES LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 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 two (2) years , provide the following required information : 1 . Name ( Firm/Agency) - gro lec Address Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount 2 . Name ( Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount 3 . Name ( Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount G17 CITY OF LAKE ELSINORE CIP Project No . Z10061 List any other projects ( private , older than three ( 3) years , etc . ) that may represent qualifying or similar experience : 4 . Name ( Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount 5 . Name ( Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount 6 . Name ( Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount C- 18 CITY OF LAKE ELSINORE CIP Project No . Z10061 CONTRACTOR INFORMATION LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 Contractor' s License No . : 6 0 tUG Class : a . Date first obtained : � / � l f C1 l 3 Expiration �l � 3 � �' ) I b . Has Bidder' s License ever been suspended or revoked ? Ale If yes , describe when and why : c . Any current claims against License or Bond ? / ja If yes , describe claims : Principals in Company ( List all — attach additional sheets if necessary) : NAME TITLE LICENSE NO . ( If Applicable) Jar 1A &LLVV , (. C CC) C- 19 CITY OF LAKE ELSINORE CIP Project No , Z10061 VIOLATIONS OF FEDERAL , STATE OR LOCAL LAWS LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 1 . 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 O (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) : 3 . Has Bidder been "default terminated " by an owner ( other than for convenience) , or has a Surety completed a contract for Bidder within the last five ( 5) years ? YES /' NO (circle one) If "yes , ase explain : 4 . Has Bidder been cited more than twice for failure to pay prevailing wages in the last five (5) years ? YES / NO (circle one) If "yes , " please explain : C-20 CITY OF LAKE ELSINORE CIP Project No . Z10061 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 . d � l� �io 1)0,20 Signatur Date Print Name Title Contractor Name C-21 CITY OF LAKE ELSINORE CIP Project No . Z10061 DISQUALIFICATION OR DEBARMENT LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 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 / O ) (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 . 4z Signatur Date Print Name Title Contractor Name C-22 CITY OF LAKE ELSINORE CIP Project No , Z10061 If the Bidder fails to properly sign or omits the required signature , the bid will be considered non = responsive and will be rejected . UTILITY AGREEMENT LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 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 , Z10061 Larson Road Storm Drain Water & Road Improvements , ( 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 l Name Wes. 4 �e Title � Contractor Name C-23 CITY OF LAKE ELSINORE CIP Project No , Z10061 PUBLIC CONTRACT CODE LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 Public Contract Code Section 10286 . 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 . 11 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 . C-24 CITY OF LAKE ELSINORE CIP Project No . Z10061 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 . Signature p Date t!L� ✓ i Gt -e k Print Name ` t � i Title Contractor Name C-25 J T H T C LICEjVSE DVARDi �- = ACTIVE LICENSE �re�° ham° 6 CORP VVEKA INC A ENmaffon DeI VYWW. cslu . ca . ,cav v v c .m w m Q 0 v `o s v � E m Y z m � v U F- v m Z Q w O U/ i6 N .0 O Z g c� N � � U C In •- __ n N 'm N Q 7 j m in Q N O N � @ O 0 � C W O m .Q x w c 0 'ao a� 0 N � O m �y � N m N c 0 N U1 OJ m Z c Z w Q t6 Y CO W J N r V v m s o E o � o z o c 0 w c v E ai 0 u E a ca 3 r ai ao E m z � f0 fO U a ai m Z [D O ti N f0 Y N a d Y z O � O � r a0 N N Q N cn c Ox u Co U oO Q 7 > Y Y ¢ M N O N N � O 0 \ C W O .Q X W G O IO •m N K O N O O N � f6 N C O UJ K J ¢ S Q. Q1 Q fo Z z ¢ Y � W W t ¢ � J rl 0 O U 0 O E o O Z oV-1 c 0 N Ul v z `m o U � N W J_ CO m W J m O Z = Q cz � G N O/ Y Y m m G G O O O O U U d K;r m m N N m ca W Om0 a 00 a 00 rn rn U m U m H m V m U N E N Ol m m Q O 4 0) 6 0 0 0 O C N N _ l0 Ol tD N c-1 N ci C'n ''.. U7 OJ :3 Y> > U U 1n Q Q N N O O N N N m O O 0 \ \ C w lD O m Q X W C O CEf H M 01 Ci Ci N O O m � � m Y C O Inc H cN L m Z T Y Y C W m m N J Ql Ol Ln Ln N N N N N .0 .-i i O O O O Z O O O m Y y v v v v c c w m c v Q v o m Y . Z a°Ji w c v c0 Z Q m O d f6 N C v1 W n Q � � C � U C O Q N � 1 V1 Q N N O N � � O C � O .Q X W C O N K m '-i O O m �y � n N C O N K N Z C U W Z_ °0 a � Z n N � O Q E o � O Z O c 0 v Ciro or LADE LSIf10IZE � DRFAM r. ?(TRFMF ADDENDUM NUMBER 1 PROJECT TITLE : LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS CIP PROJECT NO , Z10061 DATE : May 27 , 2020 The following is an ADDENDUM to the contract documents for the above referenced project . 1 . Bidder' s Proposal - Bid Schedule Change . Prospective bidders are required to acknowledge receipt of this addendum to the contract on the bid proposal form . Sincerely , Remon Habib City Engineer Z J O F � �a w F- m Q z z D 0 0 F a a o � g u 0 u o F a z z 0 w o o � a J o _ .E ra o _ _ - az 3 v _ ° m - E _ - n E E m r v z 00 0 0 F a 0 o � o a z 0 a � z z D a o a a z ~ O z m v m o m ti aFD � z a 0 C ) U) 3 Sod ry E = E — ~ w E E ,Ea gN icgw C 3 � « c cg ° m `ous v m ns :x � v >W O vow m m o 3 m m _ e w w x c E E o u 3 mj5 o a m ¢ m u o E o a N _ w o Va` N « d m 3 m n = - E > 6 E j a u m Cai m - v m m E E E = E E z mE _ a « Oav ,n n "; x '^ egg '" ,�, aU E _ o 0 3 c � _ 'osmz mE � Ea 3mo e � z .F « E2 m °' E � c E � Y � ? o � .« a _ og oo E _ m o6 CT m 8 ' z u ry ry 0 a ry ry ry ry o a z z n 00 F � a a � g 5 � � o F G a r z 0 u z 0 0 ti p � 3 ry j c z E vo _ o a v - � a C a � z z p uu p F a 0 0 � o z o m a � z z 0 Z 0 p a a z ~ z ou a 0 a z a 0 U E Z J v a - - Wri W o@� wz E v o a N � ry d E E z s E S 0 o - u u m E = E z - m o E Vi s s 0 „ E u a 0 > 0 y <z E E c Ci E 3 LL a 3 a LL 3 d z 0 z J O F � a z z F 0 a a a a a a a z z z z z z z a o F � g S � � o vmar a c d d z o 0 J Q \ .y _ � E a 3 = N E o 3 ' > 3 'S e v d - - z h d 03 C 'c '�° __ - rc u ry a E r 3 c - m ? x - - q r 3 u o Q. ao u E N N d E E - _ - ° WWWWW M s - a Q u E u 3 u °' _ Wj a a z m m m N m 0 0 � u 0 a O F O = m O Z m v i z N p D i _ oCd Cd n z o ts 0 zz a 0 IWWW J _ c_ ¢ umi v � n m 3 on o 0 o a°7 s o j 3 a� LL N - _ LL - ~ '. v o A s ' z aWW, = 3 dg W w a 8 0 > o `u c ` n Ud o' € „ y s 2i a > wd o mw =o o@j ' - w Ew -9 ` - a c > g Z g a ; U m LL rQmw w ° u Ww z e � x d iN - mn LL9 N ~ n ° v g� �°Q " E E A o zm WWO Mcc a r� '0 _ � vs u r �a o vo e w > E o � @im „ w om _ u _ N Eu a o E c o u v i o ° = E S Y E E F- t= o a� ~ Y c � Ux v03 u E d d c m " ` m `- ` c c ` a d A ~ m ¢' ME ads �' � v ° 3 ° � ,cd � 3ozo � O s s sWE n` _ d � � z _ 0 N sd N N N N Z O F � arc 0 o a a z a a a o � � g u 0 u o z m COC o O U � x_ 3 > y c 3 = c ca = c F a t c o E E 0 m o o` E o ° v �`o. m E oo a n O = a z m m n o � r U 0 o _ c a E d o m z c D u N u a a a z a z F v o a z a O E E — o C ) C/) da o > e s U _ g8w � 'E maBQM � - � 5n � mnda � @" ZA ° E v a IL E ° J c o o 0 m o J � z � Yy m y o c n 0 w n �' o ° .a o � Sd `° 0 a „ gnSE Ev a LQ a3 add oo a � ogr m e � � � ga 3 o N _ � � � v < ° mom E � = Qum 0 -° a d ° e@� v3 m° 0 0 om n � m E m E > 6m �N an m E > a ' s � '° U om M Et ¢ .E v c6 c E o 7n u o v m u p s Y m d Y d u o s > w ` uc z x a D � E a _ a � °' i ce « S > o � E v a E 2 a `° Es _ > 3 LL s l 3 a e a 3 a 3 3 a 3 x 3 a 0 Z J O F H Q 7 a � s 5 � u o G z u 3 - - 3 oH z _ n m r Y q > E Li v - E 5 G n o < < 0 U fa 0 f o k a z � z = fq a v< n z ^ NOn u r < 0 z a c 0 UCO 3 3 r o v ' ' o 03 dace as � r Z w w ¢ = w w 3 ds � Sd o fra , d wES w � - - vom � _ 0ry 3w u 0 3 w a o 3 w Q 3" w a a w d o L — o ¢> ,^ Emu - S u° E °mx° ux m E x H « o o. mu � x w no ,�„ "� q o .c « > m Y, 3 c "� 3 '" c > m d E .,°-� 3 m _ z � u � � � c g' . u � o Emz � o ' J - mw mou 3o z ' > - m .` m wou wa @in v 'ou � @in c _ « - = min o FS N a8z w sx 8 d w 5Y « d a E o f z N � E az agE E = a - s � y ` o ` � G & . W° � Qu �z m o - � �oq iz w 3 3 3 3 w 3 3 z l o j F � a z O ¢ ¢ ¢ ¢ Z ¢ F z z z z \ z o F' � O � g 3 � U O F � m Q _ To z - z Oct O v Yam, E3 ' 3 > r _ _ — E Y ZOO_ ` i - _ — o . c u c x _ z u u '��' _ o A c d 460, > m a u o f = u — LOO rv — j0 o � Eo a � � - L ~ tea a = E o` d _ —DO 0 E c 0 6 u _ 060, Oii ZOO G m o a N m O z a Z o ] O ry 0 0 ¢ 0 O v m o 0 o N ^ ry z z ¢ Z z � i O U Ut a � z z Ou 7 C vi C O Z Q ~O O n m N Eo n FOSSE - m uO 0 « '^ UJTO" Aurvc ogj c ¢ n QmQm 00000000 ZFOOOO" W Q to m d ^ — = U >_ Y LV A VO OF 00. LLJ w o oww o � A aka 3 Yz — a � - Y = � @ q dOPOO � m mom � u - — o3m um q@i a. ? � M a ¢ V O n .� j &00 = 0 3 d N u z Y@� nIIJO o � m o E « = @� v'ii = o axe 0 C - N > - 0 3 "' OU E = E E E E Etn a Ern 3Y E Ex 3 �e o — w 3 c `v 0 z° OU s m z z v d s a OR m E c E � p m E z r w —ZOO `u u - A d u _ u _`o _ ` ET 000 0001 a mLOO 3 a N 3 o m 3 Y L 3 3 n J a y Oc IE0001 d z o Z O F � arc z ° ° z z z z z z G r a � � a w C � 5 5 � u O z � u _ G c _ c a q 't4 — m - _ — n E `a" J nEo xv n3 'a j ma i ry V .Z 3 v 3 E n ry > E v E d rv - j d _ --�,� if 3 of c = m = m u m 3 n E E c 3 o 0 di — - n � O v F F a O H O cn 4 qn Z FQ Z Q C6 CS � Z U h QQ K O z Z Q l9 O Z V z « H Em w `u cg � .. u` � m > d3 y. � '^ 3 m m - ou ccg 6a � w � v`_ = osi - m `oo av � c — v ,ea> N _ w � m 0 j o � ° w mir — � � vo dCia 0ms iE 0 3 d N y ' u _ E a \ _ > � N o z � m E eb _ s au � g` > o u e g _ w _ - s` Em — x Z V E E v E m E F _E > 3 E � E E E � E v . _ o tis = � E x � Em oz N � � > z � � az xp1z n z c e0 o > E 'c + z u c o n a' c z _ c ` 3 m ` ` _ o - - E 3 7 E m E m a u m E 2 = m ... o' G 3 d _ — E 3 n E 0 [ } J I z V � ! 7 $ \ \ m \ \ \ \ \ \ \ \ \ ( \ ® \ § \ \ } � \ \ \ \ v � } \ \ \ \ \ \ 0 \ \ � } cc 0 ) ) ( \ E u ` } ( \ \ \ } \ \ \ \ } / CD ! } \ ( } } \ } } } ^ § uo ) , I } / \ / } \ / a - / } \ \ k § \ \ : \ \ � \ \ \ � : \ } \ \ » \ \ ( \ : ( ! � ^ R ƒ \ ` { } \ : ~ } : - \ ) \ 3 $ \ / / ( ) \ \ } ) } \ ) ƒ ( } ) § , \ \ � ! / ) \ \ ) ( * � © ® , - } ) \ ~ - : ` » � ` - - § § � ` { » M ` t � ~ E - - \ \ . � \ ` _ _ _ ) E k } } j ) � ( \ § ) \ ( - \ { f } i ! \ 2 ƒ ® i / E B E E § § § ! ( Z J O r � � w r � ¢ Z Z Q O ¢ z Z Z Z Z Z z r 4 z o F` � p Vs u u O r o z oN m a ti z — z m _ c 3 A m 3 e J ° _ 2 fvt co a r z Lq z m m w v o p a F Lri 0 r o ° p o ry � ti z z � o u a a z r o z n n z a O — Z C - $ Sa Epp o � mMo � � W w ° Z ryo o�, m vo vai v v H v u o d m ri 6 E m NY o o z 3 s u ry 3 N v s`o = S m c u a o s N o g s _ o > mE uH E = 01 E -2 m > n a` Wyo o o '� uory u° N n8 uQ m � Q z E a E EEq m z ` c F, u ` °° i � E A E c N u E E o A � 3 o u°. � o E g E o V E Z °i = N r u w E ~ E a' 3 m 3 a 3 x = Y 3 x a 3 s z O H � � w F � Q z z o a a a a a a a a a o F' � g u 0 u o 3 z o tu \ tg N 3 — E E v = o A E — LQ m 0 — ° — — — ` 3 E 3 — a O a �^ ~ o z � g 0 F- o Z o - a a ^ z n a � .n z z C i o u .n a a CO z � o z ro z a O a p U p p > U 2i3 z - W u A u o € = @' LL � < Sao v _ 8 - v o o " = a> m a v - E o $ 0 3 m _Fi c — .i a o v u z ° E o u ^o cg E a c u ° v 0 c ¢' m > e 3 r a0 0 ° gym > - 0 0 F w m = ViD mn a m E E m s m E m c v a Er a m E G o0 0q 0 CT p 3q u 3y 0 Z r O r N � w r � a Z 0 p a a a a z a a a a a z z z z z a � t � g u O — 2 fi n 3 H O � Z O U o ry ry - uu p m U E E E 3 — p — Bo — _ — a m E £ G r z j J O p FJa- O r 0 z 0 z n n n n a O n n 7 I 0 u a G a z z o z m o p 0 jE U $ E r o c o m m u m U m 4 U z o w � m 3 N E E E a > � E '" x :: g Ev wm � 5m v 'c 3 'c � ab 3 EOM' mg > m > h in is o } a ro o a ti Q o 0 0' u v m ? m o = oqg � > >" m iF ru `E `~" E - _ - cm z E u c c \ x E c v 3 3 x > E — v ' E G qU � oj6 ¢ v s � 0 Z F O F � da. w r z a Z 0 O z O a a a Z a a a a F a z z z z z z z a o F E g S m u o z o m O ry ry m u z v a O 0 i x = 2 > e a e LL o 3 a 3 oz n r N 3 > 3 m s 3 a o a E _ ^ u a z v z a O p poLQ r 0 r 0 o v � z o z u. � zz n n n D a O Cd G z ° 0 j r4 06 z c� 0 _ E Z J 3 3 °w ° o m m i2 v E € Npm ci LA Li o a e u3 3 'o o c t N i mu 3 3s z ^ _ z p o o M m a0 o 0 5 `gym > uo � � 2i _ i r v 3 `a' = o a i o r w < € m a o u o m pmw a 3 u ° N - E c c - - s 3 s m y > m s c u o z E E oL w v' g 2 m 3 o g ` ` u°m q ` E m ° > v v 3 n ° °, c a c o ° m a c q a oe z o c o � 3 � 3 r o 3 — .° ° F 0 \ \ \ ; § ( N . � ( 0 \ ) ) \ \ \ \ \ \ \ \ \ } / ! \ \ \ � ( � } ¥ / ! 7 » 2 } R » 2 ) 2 2 ( ¥ / ! a - / \ ( / \ \ u 0 , E $ , ® / } / , _ , , } \ ! $ ^ } / / \ } ® § § § 1 \ ` \ \ ° \ ) ` \ ) ° \ = j \ { \ ~ ) \ _ } § ; \ » ) \ { / ) j ) ) / �} ) ) } ) § \ / ! \ / ) ® ® / * \ } Ww ( : ! § ff } f7 } } ) \ } - ! 2 * { ! ) yt § ; . _ ! _ , ! fa _ ) ! ! _ - { ) s - \ Js ) \ \ ] E ) r } : _ { / rf ; ; } § 3 - } _ 0 _ : ( fWWw ) ) ( \ ON k ( \ ) \ § ! ( � § * � � ( \ \ U ) k \ \ / 2 ! ) 2 % 5 ^ � ) } ) } _ : ; } - ` * » « / � ! « y » « / \ / / ) * / / ) WET o [ / I I J I J & J J } � ! / \ \ \ \ \ \ \ ) \ \ { j } \ \ \ \ G 2 ! ! \ \ e � k \ - _ R _ ) \ \ } ) _ \ / ) \ g 3 - 4 ! a } » � \ � \ } } ® _ w 0 a v - ( } � ` f } / [ ) ] ( � ) 2 \ \ \ \ \ \ ! } \ } \ \ \ } \ \ \ \ \ \ ; $ ; | [ ) ) / \ ) [ i F : _ } } » ) ƒ 3: / ° } } Z r O F � � w F � Q Z o o z a a a a a a a z z z z a a o F � 3 u m u o a M � o z v u z o \ m 0 _ '� of > m cL 3 3 N 3 z0 0a N o m = m N - p 0 u O « ry U U F > 3 m a 3 m ? 0 7 « u ,iOV N N ry o « 3 � z a `r 3 3 LL3 '" m a5y - o a o a 3 m 3 a v = 3 " a >" Co ro ti u 3 N G j v m C c n m z o p 2 criN N 0 r- }o ❑ 00 m z N n N a 0 N Z z eq N N N N 0 Z 2 U a G a z � o z v o u p z a � N 0 E z ~ o a ? s 0 0 0 0 o v o >� z E a s .E N Ca E E N o u v E OW m �LLImm elf E € ry 0 m _ G oiE s - a z r 3 o va> m0000n E _ o m a u _ m 0. u x E u' 0 g` 'E � € m m o o _ E c a '0 E 3 N E E E m x E v u o m o f "a s 9 g8 � � a � ' ' Ci a �+ z v A Y d z w m n n n n n n 0 Z J O H � � w > °d a z 0 o a a a a a a a a a a a a F Q z z z z z z z z z z z z a o V � g u 0 u o a no v 0 z o � 3 � _ a - � v a - - nx nN 03 wE 3 - n G o o 0 06 o 0 o g a � � u a G oz � a 0 z o m s m « °' ` u v m LLI ' Ev v ~ > u .N � N .. mo o a u a d _ c 'o ou « vc o ' _ am z 3 u E u E 0 z 0 Ex a o Ev n U � o u o ` u n c o LL _ > - 3 0 y a 3 � H � E � v2 G ECR o f _ F j E E v E a d 0 Z F O H � � w r p Q z 0 o a a a a a a a a a F a z z z z z z z z z ZD a � g 3 � u o G z o ry z u - a •• � u u wo 3 Ci = 03 a a z z o p Re ¢ O F- O O � z Z 0 0 ti o H a z m an z Z n H u � u G z F- O u 0 p N a N z LR a '^ 0 F ^ u n m o 0 ? m m u < � o < E C6 LLJ w qa u h d 3 � N m >" v 0 N F a 0 3 v u a « vai a vai z V u _ Nuvmi — iuob oa ° u vu � L 0 y m iz _ a > u E u E E E E E o E E ra E 0 E x o x x m ry u Q l E u a u `m a9i= a Z a - m o f i v E E m e m v u z o: 3 10 E v a u _ G � � a r � ELL r Nix 3s N 3x _ Y3 z° 3x 30: d 0 o [ ) } I & } $ & z f } z J \ � 4 / § � 0 \ \ \ \ \ \ \ \ \ \ \ } C \ \ C } � } / ! ( \ � } u } j E 7 « 2 » 4 } 2 J ( e - - k � - - - e ui , $ / � i ! ) ! i ! \ \ \ } ! r ! r \ 2 ! } § §} ) ) � � „ � , � ) ; § , - » m , !/ ) { \ [ ® ) \ + K ; % } \ j . , : , : ea / ! f § e ! : 7 } « ! i2 * - ) § ! « / $ { � - « l , ; , $ 4 \ - � : � a : } ) ! a § ) - - - - ` / ^ ) � # _ _ } ! ! } a }ZZ § - _ \ ( \ � - f ) / \ � 2 � : ` ` � - - � Z J O F � � w F � Q Z z 00 Z a ¢ 6 ¢ ¢ ¢ ¢ a ¢ ¢ F. z z z z z z z Z Z z a a o r � g u 0 u o a z O z O o \ \ o n u O > a 3 u > o = _ o � m a = a �= Z z � o p F O H 0 O � z z O a � Z D I o ¢ G ¢ z ~ b O Z O O V a � 0 ` m s Qo v � an ¢ S z o 0 o r m i ` a 0 > E v - - E E > � � > 3 a q � � i > s Qua - � � g � ^ � a � � go $ 30 � °' m° 3o � °i alp � Q m � Na am E v m a 3 o a mm � 3 E oc� m � ' m 3 3 m N N j o d ~ a o o < � O�' Y = u a.60 > > o u u v c u u m o x u° u = } ` U m N — _. n > `o E vs ov 53 u ' x" u u O z E E E o E n c p u u v u u > E z > E o a' d 0 z \ \ [ } J I & J z } } I } \ \ / \ � \ ( } / ! } } � . } § } ) } } \ } } } / \ \ ( @ / 9 « m ® - \ \ ; � \ \ ) ) E \ ) / } ( ) - \ ) \ \ \ ) } $ \ / T � \ / � \ \ ) } / : ) 7 \ � \ / 2 - _ _ ` # } 0 . ° ° ! 7 0 as ! ! ! ! } - : - _ c 2 \ \ _ \ \ \ _ - � Weka Inc., Subcontractors Name Description License Num Amount DIR# Address City Manhole Builders Item No. 7, 9, 10, 21, 22, 24 831892 $57,358.00 1000012259 11762 De Palma Rd., Suite 1-C PMB 2 Corona NPG, Inc. Item No. 8 664779 $6,030.00 1000002457 1354 Jet Way Perris All American Asphalt Item No 6 267073 $57,810.00 1000001051 P.O. Box 2229 Corona CITY OF LAKE ELSINORE CIP Project No . Z10061 SECTION C BID DOCUMENTS M BIDDER ' S PROPOSAL LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 Company : &V& 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 : Sixty ( 60 ) Working Days from Issuance of Notice to Proceed ( NTP ) by City to Contractor with the exception of resurfacing . BID SCHEDULE A UNIT TOTAL DESCRIPTION UNIT QUANTITY COST COST 1 MOBILIZATION AND DEMOBILIZATION & CLEANUP LS 1 :3� CA�1 ` da 2 TEMPORARY TRAFFIC CONTROL LS 1 / ave '7j vale ' 3 WATER POLLUTION CONTROL LS 1 2 cn3, 2 cm 4 CLEARING AND GRUBBING LS 1 3 CWO V ;y OWcr 5 CONSTRUCTION STAKING AND SURVEY LS 1 /i. $ea„ Vy /e/ 6 HOT MIX ASPHALT (4 " , 28, 125 SF) TON 705 foe 63� 41)7! `' 7 CONSTRUCTION TYPE 6 " CURB AND GUTTER PER CITY OF LAKE LF 171 ELSINORE STD . NO . 200 8 CONSTRUCTION HMA DIKE PER CALTRANS STD , A87A, TYPE D LF 1005 9 CONSTRUCTION RESIDENTIAL DRIVEWAY PER COUNTY OF SF 425 RIVERSIDE STD . NO , 207 10 RECONSTRUCT PORTION OF CROSS GUTTER AND/OR SF 101 52 " S o 3" SPANDREL PER CITY OF LAKE ELSINORE STD . NO . 209 11 SAWCUT EXISTING PAVEMENT LF 240 12 GRIND PAVEMENT ( 0 . 2 " MIN . ) SF 2570 2 5�' 13 ADJUST TO GRADE EA 2 a coa Sall �e 14 REMOVE AND DISPOSE OF EXISTING PAVEMENT SF 14714 ; 7S' 11 035;sv 15 REMOVE AND DISPOSE OF EXISTING 30 " HDPE PIPES LF 160 C ' 16 REMOVE AND DISPOSE OF EXISTING CROSS GUTTER AND SF 100 3 SPANDREL 91 17 REMOVE AND DISPOSE OF EXISTING DRIVEWAY SF 235 3 , 718 18 PRECAST & CAST IN PLACE RCB CULVERT 12 ' X 4' LF 135 1' 1A,'s IS1 /1 "" 19 RELOCATE EXISTING RIP- RAP W/ FILTER FABRIC LS 1 /> " o. ' ` jl 4WV 20 R . C. B . CULVERT EXCAVATION CY 1600 21 TYPE A WINGWALL W/4 " CUT OFF WALLS PER CALTRANS STD . EA 2 D84 22 BARRIER PARAPET PER CALTRANS STD , D83B EA 2 1/ wos ,jaw. 23 CHANNEL GRADING AND EXCAVATION CY 500 71 3j �. '° 24 CONCRETE PLUS REINFORCEMENT FOR CONCRETE APRON SF 440 iEl " b Total Bid yob J C- 1 Total Bid for Bid Schedule A : 0 � (Figures *) Total Bid for Bid Schedule A . khstsalaglx (words *) C-2 BID SCHEDULE B ( Table I is Applicablet Improvements only - SB 821 r ) ITEM UNIT NO . DESCRIPTION UNIT QTY COST TOTAL POTHOLE EXISTING UTILITIES INCLUDING WATER n, I� PO 25 CONNECTION POINTS LS 1 /jO e ` � !' a G 8 " PVC WATER LINE INCLUDING TRENCHING , 26 FITTINGS, BEDDING & COMPACTION LF 962 27 6 " FIRE HYDRANT PER DWG . W- 7 EA 4 00d1 o ' 28 1 " SERVICE CONNECTION EA 7 doof 29 1 " AIR RELEASE/VACUUM EA 2 SrOO, `w c� Offs cow 16 " STEEL CASING INCLUDING EXCAVATION AND _ 30 COMPACTION LF 34S�S ADDITIONAL EXCAVATION FOR NEW 16 " SLEEVE o 31 BEYOND RCB EXCAVATION CY 60 32 8 " 45 DEGREE BEND EA 4 60o `� 3, &P20G . coo 33 8 " END PLUG EA 1 L1041° °e 34 REMOVE AND SALVAGE BLOW- OFFS LS 1 � ���f " TOTAL BID* �' k, 6q c� Total Bid for Bid Schedule B . Ll7 (Figures *) r0 �') f L V ✓ ICY 2 t � G-h ''�flw� 4 h Gf' �G r ` (Words) C-3 CITY OF LAKE ELSINORE CIP Project No , Z10061 38 REMOVE AND SALVA`CGE BLOW-OFFS LS 1 TOTAL BID* Total Bid for Bid hedule B . a (Figures *) ZTotaidd Schedule B : o` (words *) TOTAL BID PRICE : TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 Total Bid Price in Numbers zien� � � YtC } t �ctnSG52VG "L � u ✓ {4 -1W� iVL� S �+ cYU � S iy hu ► vc4e@S t y Total Bid Price in Written Form In case of discrepancy between the written price and the numerical price , the written price shall prevail . 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 . All work described on the plans and in the specifications and other incidentals necessary to complete the project shall be paid under items above . No additional payments will be allowed . * BID MAY BE REJECTED IF TOTAL IS NOT SHOWN FOR BOTH FIGURES AND WORDS . C- 9 CITY OF LAKE ELSINORE CIP Project No , Z10061 BOND NO . N/A BIDDER'S BOND LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 KNOW ALL MEN OR WOMEN BY THESE PRESENTS : That we Weka, Inc. as PRINCIPAL , hereinafter referred to as "Contractor" , and U. S . Specialty 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 total amount bid by the Principal 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- 14 CITY OF LAKE ELSINORE CIP Project No . Z10061 BIDDER' S BOND SIGNATURE PAGE LARSON ROAD STORM DRAIN , WATER AND ROAD IMPROVEMENTS PROJECT CIP PROJECT NO . Z10061 IN WITNESS WHEREOF , we have hereunto set our hands and seals on this 1st day of Tune 12020 BIDDER : CORPORATE SURETY : Contractor Name : Weka, Inc . Company Name : U . S . Specialty Insurance Company Address : 27075 5th Street Address : 801 S . Figueroa Street, Suite 700 Highland, CA 92346 Los Angeles, CA 90017 Telephone No . : 909 , 425 , 8700 Telephone No . : 310 . 649 . 0990 Print Name: J �I e& ��,. �? Print Name : Shannon Lopez Title : � �`�-51 e Title : Attorney- in - Fact Signature :. Signature : Date : , � 6' Z2-rr Date : June 1 , 200 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 attorneyAn -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- 15 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 <��,c�2ci^� :cz .c<^n�.c< .c<^�n^,c't^--�- �,ca.�^�c<�.ct .c<2c< .c< ,ct �•nc�:cY�Y�o���-s-Rc' - .tiYQ�o�.orb-.cc2��•R+,c- C^2'•�b-.cvhc-Yu�2� 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 . .4� P2.r r► arm{ i n o (� On ►�t � a. 10 , Zo zo before me , Re �u.a� o C k � wl IVt� 1a vt 1 L4 ( Date 1q 1� Here Insert Name and Title of the Officer personally appeared FU�2Bl HI m- Le, Name (s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person (,$) whose name(p) is/aye subscribed to the within instrument and acknowledged to me that he/she4l4ey executed the same in his/their authorized capacity(iee) , and that by his/hoW#ieW signature (, } on the instrument the persono , or the entity upon behalf of which the person (g) 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 . °. ,.r REBECCA BROCKHAM Notary Public - California z San Bernardino County Signature Commission # 2275747 °•" " My Comm . Expires Feb 20 , 2023 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document : 13ij4d.2 � 6yx4d Document Date : : o� 1 ZoZo Number of Pages : Z Signer(s) Other Than Named Above : nv► o-K Lo0 2 z Capacity(ies) Claimed by Si ner(s) Signer' s Name : Za. r-ed X, vv12 Signer' s Name : XCorporate Officer — Title(s) : QreS ❑ Corporate Officer — Title (s) : ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing : 77r<e Signer Is Representing : 02016 National Notary Association • www, NationalNotary. org 0 1 -800- US NOTARY (1 -800-876-6827) Item #5907 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 June 1 , 2020 before me Jeannie M . Hall , Notary Public , personally appeared Shannon Lopez who proved to me on the basis of satisfactory evidence to be the persons } whose name is /a-Fe subscribed to the within instrument and acknowledged to me that die/she/# &y executed the same in 4Wher/t-4ei-r authorized capacity#es) , and that by 4 s/her/t]4& signature{) on the instrument the person{} , 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 . , SE:°' t JEANNIE M . HALL Commission No . 2230951 z " gf� 01 NOTARY PUBLIC - CALIFORNW - ' SAN BERNARDINO COUNTY CLIFOR%'F My Comm. Expires FEBRUARY 11 . 2022 Signature (Seal ) �- - � - _ TOK10MARINE NCC 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 Indemnity 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: Shannon Lopez, Elizabeth D . Kolpien , George DeCristo , Samantha Orf or Epi Carter of Redlands , California its true and lawful Attorneys) in-fact:~ each it their separate_capacity if more than one is named above , with full power and authorrty hereby conferred in its name , place and + stead , -tcEaexewte , acknowledge and deliver any and all bonds, reco mzances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Five Million***** Dollars ( ***$501000 000.00***r ) . This Power of Attorney shall expire without further action on April 23Ed, 2022 . This Power of Attorney; is granted under and by authority of the following resolutions adopted ; by the Boards of Directors of the Companies : HOWResolve"af the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested, with futl - 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: = - Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds , recognizances , contracts , ;' agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating '' the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,; that the-=signature of any authorl& officer and seal of the Company heretofore or hereafter affixed to any poweigW attorney or any certificate relating thereto by facsimile , andfirry p-awer of attorney or certificate bearing facsimile signature or facsimile seal shad be valid and binding upon the Company with respect to any bond orundertaking 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 1st day of June , 2018 . ' AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDINfs`-COMPANY UNITED STATES SURETY COMPANY UiS , SPECIAIZTY E C tN§URANCOMPANY \.�.atAAG70Rs .. ONDIbI{ { �tiS Sul? 4 r a z State of California x Q o U 6WUPAiFO X F ' L9 I t SEPT ] r;a ,,.5 Y 2 i Y AI "r. .: County of Los Angeles s, .., �y � By: Daniel P . Aguilar,' Vice President iii ,1111 I+lrIilli fiitf,llli Jtliin„tii A Notary Public or other officer completing this Verifies only the identity of the individual who signed the document to Which this certificate is attached and not the truthfrilness accuracy or validity of that document On this 15t clay of June , 2018 , before m� Sonia O. Carrejo , a notary public, personally appeared Daniel P . Aguilar, Vice President _of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U . S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he 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 certr y under PENALTY OF PERJURY under the laws of the State of Gallfornia that the=foregog paragraph is true and correct. WITNESS my hand and official seal . s SONIAO. CARRE30 ww • �34t Notary Public - Califotnla LosAnjetes County I Comanisslpn A 2239479 Signature . (seal) My Camm. Expbes Apr:23, 2022 - 1 , Kio La, Assistant Secretary American Contracttihs4 Indemnity Company, Texas Bonding Company, United States Surety Company and 'U.S . Specialty Insurance Comparry doW61by certify that the above and foregoing is a true and correc�i op v_ Pov e of Attorney, executed by said Companies wticrr �tiirrn s fulrforce and effect; furthermore , the resolutions of the BbMs1of ' lreeW set out in the Power of Attorney are in irforce and effect. In Witness Whereof, I hh ve hereunto set my hand and affixed the seals of said Companies at Los Angeles , California this * day of .-7 / . Alf aMD — AGiop9O771C �4,5 SS€„ � ? Ery 7 - GOrporate Sea_IS ZA Bond f�To. 2 "� : ti ' h ( - - SEvI 25 PSn /' L Y _ Agency No, 3549 g` ai,ronsit r c� *2 s Kio Lo , Assi Secretary HCCSMANPOA0512099 visit tmhcc.com/surety for more information