Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Hillcrest Contracting PWCA Spring Street Active Transporation Connection & Green Streets 06-22-2021
DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 Agreement No. AGREEMENT FOR PUBLIC WORKS CONSTRUCTION Hillcrest Contracting, Inc. For the Active Transportation Connections and Green Streets for Spring Street CIP PROJECT NO. Z10058 This Agreement for Public Works Construction ("Agreement") is made and entered into as of June 22, 2021 by and between the City of Lake Elsinore, a municipal corporation ("City") and Hillcrest Contracting, Inc., a Corporation ("Contractor"). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1. The Project and Project Documents. Contractor agrees to construct the following public improvements ("work") identified as: Active Transportation Connections and Green Streets for Spring Street (the"Project") The City-approved plans for the construction of the Project, which are incorporated herein by reference and prepared by KTUA, are identified as: Active Transportation Connections and Green Streets for Spring Street The Project Documents include this Agreement and all of the following: (1) the Notice Inviting Bids. Instructions to Bidders, Bid Documents including Bidder's Proposal as submitted by the Contractor, Contract Documents, General Specifications, Special Provisions, and all attachments and appendices; (2) everything referenced in such documents, such as specifications, details, standard plans or drawings and appendices, including all applicable State and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or extending the work contemplated as may be required to insure completion in an acceptable manner. All of the provisions of the above-listed documents are made a part of this Agreement as though fully set forth herein. 2. Compensation. a. For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to construct the Project, including furnishing all materials and performing all work required for the Project, and to fulfill all other obligations as set forth in the Bidder's Proposal, such contract price being One Million Eight Hundred Seventy- Two Thousand Three Hundred Eighty and 43/100 dollars ($1,872,380.43). 1 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 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 Ninety (90) 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 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 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 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 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 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 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 5 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 10. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Contractor: Hillcrest Contracting, Inc. Attn:Glenn Salsbury 1467 Circle City Dr. Corona, CA 928779 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. 6 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 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 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 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] 8 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. "CITY" "CONTRACTOR" CITY OF LAKE ELSINORE, a municipal Hillcrest Contracting, Inc. a Corporation corporation DocuSigned by: ,a v, SlK1 Setn DocuSigned by: p 8/2/2021 � 9:13 AM PDT SA�S�lAyt1 8/2/2021 1 8:S1 AM PDT City Manager By: Glenn Salsbury Its: President ATTEST: DocuSigned by: 1-40 8/2/2021 1 11:20 AM PDT City erk By: APPROVED AS TO FORM: Its: DocuSigned by: F az 8/2/2021 1 8:47 AM PDT City ttorney DocuSigned by: S6Waw 1/uc �t1 7/29/2021 l 9:10 AM PDT Administrative Services Director 9 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 EXHIBIT A CONTRACTOR'S PROPOSAL [ATTACHED] DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 BIDDER'S PROPOSAL ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CI Z10058 URBAN GREENING GRANT NO. U29145-0 Company: HILLCREST CONTRACTING, INC. Honorable Mayor, Members of the Council: In accordance with the Notice Inviting Bids pertaining to the receiving of sealed proposals by the City Clerk of the City of Lake Elsinore for the above titled improvement, the undersigned hereby proposes to furnish all Work to be performed in accordance with the Specifications, Standard Drawings, and the Contract Documents, for the unit price or lump sum set forth in the following schedule: Time of Completion: Ninety (90) Working Days from Issuance of Notice to Proceed (NTP) by City to Contractor. BID SCHEDULE A 1. SITE PREPARATION _ 1.1 ' Clearirn /Grub 1 LS 135ct70•GO t 35C W. .(V 1.2 Mobilization,Demobilization&Cleanup 1 LS lu .t,U IL .tti 1.3 Temporary Traffic Control 1 LS !Cj a0•uJ 10`Jl?r V,tD 1.4 Storm/Non-Storm Water Pollution Control 1 LS q%LV-L� ,�clUZ-i1v 1.5 Survey Staking 1 1 LS i3CLCO.W 1.6 Sawcut existing pavement/hardsca e 4,293 LF 3,al 113137.4v 1.7 Demo and remove existing concrete,curb,curb&gutter,AC curb 1 _ LS 4Sb1 k-,u0 IjSbVC.t,3 1.8 Demo and remove existing asphalt pavement 28,925 SF 31313•�5 1.9 Demo and remove existing ADA ramps 7 FA 9W.0�) 43cC-�'v 1.10 Demo and remove existing concrete driveway 1,770 SF C 4-0-V- ) 1.11 Demo and remove existing catch basin a 1 EA `fIW.Gp Iq1uL'.LO 1.12 Remove signage 1 LS ?Jcc.�U -7gVC.0 T SEC.1 SUBTOTAL Ltat. 5 2. LANDSCAPE&IRRIGATION 2.1 Tree-15 Gallon-Planted per Tree Planting Detail A on Sheet 50 271 EACH to 2.2 1 Gallon Container Plant-Planted per Shrub Planting Detail A on Sheet 50 320 EACH 2.3 Steel Edger 60 LF '1,3'0 j 2.4 Backflow Preventer with Enclosure(1.1/2" Febco 825Y w/Guardshack SS 2 EACH g150•(,0 a3a% ,.0 encl 2.5 Wye Strainer with Pressure Regulator 2 EACH i 10.t,C xlgo- fl Controller Encl.Assy(SiteOne SA6-RM2-TWIRSEIPMR-CAC/10YRIGR 1, 2'6 KIFSFVC-150P 2 EACH "�) gt1u•t,U s s�w•� 2.7 Ground rod/Lightning Arrestor(1 per 10 valves) 6 EACH 6,uD 2.8 Control System Additional 10-YR Data Service(Rainklaster i-Central) 1 2 EACH 31 D 2.9 Proklax Remote Assembly with Transmitter(RainMaster PMR) 2 EACH �a p.w J5)O.cu 2.10 Master Valve-1-1/2"(Superior#3200) 2 EACH S3C lU(�0.a C-7 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 2.11 Flow Sensor-V(CST Inc.FSI-TXX-001) f 2 EACH 9`fL,cC 2.12 Isolation Ball Valve Assembly-1°(Jones/Ford E-1900 Brass Ball Valve) 68 EACH 2.13 Isolation Gate Valve Assembly-1-V2" (Jones 1 Ford E-1900 Brass Ball 18 EACH 2.14 Quick Coupling Valve Assembly-1"(Nelson#7645B) 67 EACH 10.t ? ��jl`iC.GC 2.15 Remote Control Valve Assembly-1"(Hunter ICV-FS) 32 EACH �0,� ,.0.u3 2.16 Drip Remote Control Valve Assembly-1"(Hunter ICV-101-LF-R,40 PSI 3 EACH Reg.Filter A1,W 1`�� 2.17 Drip Air 1 Vacuum Relief Valve Assembly 3 SF S 3'w 1517. G, 2.18 Drip Flush Valve Assembly 11 EACH u0 IT*-U) 2.19 Subsurface Dripline(Netafim TLRW-06-18) &Staples,Netailm Fittings 1,846 LF (t 3 qWl-`j iJ 2.20 Deep Root Tree Bubbler System(RainBird RWS-M-1402) 542 LF 50.t0 7 too.X 2.21 T N Wire Cable(Paige P7354D)wlWire Connectors(3M Scotchcast 3570- 5,420 LF �U 2.22 Tracer wire for mainline(12AWG) 11,590 LF C),D, .jp13,` z 2.23 1"PVC SCH 40 Mainline Pipe 500 LF (v, RSO-A 2.24 1-1/2"PVC SCH 40 Mainline Pipe(in landscape area) 2,400 LF ;, {;; 11%0.6D 2.25 1-112"PVC SCH 40 Mainline Pipe(in paving 1 joint trench with electrical) 5,000 LF 5,50 a�5o�7•�C 2.26 1-1/2"PVC SCH 40 Mainline Pipe(in paving 1 irrigation only trench) i 3,690 LF11552 0 2.27 314"PVC SCH 40 Lateral Pipe 10,800 LF 3,jCo 3�`6KO• 2.28 1"PVC SCH 40 Lateral Pipe 900 LF 3,0u 3�510 At 2.29 1"PVC SCH 40 Lateral Pipe(in paving 1 irrigation only trench) 750 LF `�,�C 3150-Lc 2.30 1-114"PVC SCH 40 Lateral Pipe 20 LF `11.kx> 2.31 ' 2"PVC SCH 40 Sleeve 360 LF jq.Ic 5J01D.r,C 2.32 3"PVC SCH 40 Sleeve 1,040 LF {-)-'jcj .uo 2.33 PVC SCH 40 Fittings(15%Lateral Line Total) 1 LS {g{,�p.Lo l`,%fiL'• , 2.34 PVC SCH 40 Fittings(20%Pressure Line Total) 1 LS W.W 2.35 Misc(pipe cement,thread sealant,trench warning tape,wire connectors) 1 LS 2.36 Traffic Rated Concrete Pull Box&lid 36 EACH �j�L .tAi {���v.uc 2.37 Traffic Rated Concrete Box&lid 214 EACH `��4,u1 �.{3Lj?c.,J 2.38 1"PVC SCH 40 Electrical Conduit 5.420 LF �3.}5 2.39 and Backfill on Mainline/Conduit under Roadway 329 CY 2.40 Root Barrier 2,020 LF SEC.2 SUBTOTAL 3. SITE IMPROVEMENTS 3.1 4"PCC Hardscape 16,333 1 SF 3.2 ADA Ramps 17 i EA +{ Lc+ jAc•c 3.3 6"high Curb and Gutter 2,770 LF - W 3.4 4"AC pavement over 4"Agg Base 17,430 SF S•5C% SLS' S•ii) 3.5 PCC Cross Gutter Drainage 1,320 SF 11 a �(SU W 3.6 Residential Concrete driveway 2,520 SF o.L;p 3.7 6"high Curb 400 LF 15 :W G8 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 3.8 24"wide Gutter 2301 LF laq,W �Ss.?c.tU 3.9 Concrete Alley Intersection,Type A 255 I SF (5' 3.10 36"x 24"Precast Catch Basin 1 EA i 1hU.t1 jq-1 OD,UJ 3.11 12"dia.sdr-35, Storm Drain Pipe 6 LF 3')0,SJ 3 MI-kQ 3.12 AC Crack Fill with Type II Slurry Coat 76,400 SF 10,55 q3))-uj 3.13 Truncated Domes at Existing Curb Ramps I 3 EA 1U 0 tU y WC 3.14 6"-8"Rock Embedded in 6"thick Concrete i 65 SF 3.15 2"Irrigation Service with 1"Meter 1 1 3.16 Signage and Striping i 1 , LS j5 jU:,,.0 -30g-,`0 SEC 3.SUBTOTAL 4. ELECTRICAL IMPROVEMENTS 4.1 Electrical conduit 2"PVC schedule 40 including trench and back fill 200 j LF t.0 4.2 Electrical conduit YPVC schedule 40 including trench and back fill 480 I LF !13 LtU 4 o->s CU 4.3 Electrical pedestal station(s)for Irrigation Controllers 2 EA 3,{Q)-w -7w-t,C SEC.4 SUBTOTAL 0%0�-W Total Bid for Bid Schedule A: (Figures*) Total Bid for Bid Schedule A:Ulk IMO\fit ,1��� ��1>�,�l�e��jC�1�� f�� 1 y1ct (w6rds*� r- BID SCHEDULE B ALTERNATE 1 B.1 Sawcut Existing Pavement/Hardscape LF 222 B.2 Demo And Remove Existing Asphalt Pavement SF 3,575 E.3 4"AC Pavement Over 4"Agg Base(3,575 SF) TON 90 B.4 4" Agg Base (3,575 SF) CY 44 TOTAL 131D BID SCHEDULE B ALTERNATE 2 B.5 CY 59 I 1.5"AC Grind And Removal (12,700 Sf) i I l`{.35[ B.6 AC 1.5"Overlay(12,700 St) I TON 120 1304 15Lw•t-u TOTAL BID 'I as5f � o C-9 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 Total Bid for Bid Schedule B:i bs, )%,` o (Figures*) Total Bid for Bid Schedule B:. ' q6 w, (words') BID SCHEDULE C ALTERNATE C.1 Electrical Conduit 2" Pvc Schedule 40 Including LF 12,800 Trench And Back Fill C.2 Electrical Pedestal Station For Future Street UNIT 4 Lighting j 0:� qoGN Lo C.3 Street Crossing EA 8 GQ. C Iuffu"-()0' TOTAL BID 0ti Total Bid for Bid Schedule C: �� (Figures' I Total Bid for Bid Schedule C: 00 qUs I'J tlL 6 �,Atv Yd (words x) TOTAL BID PRICE: TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CIP NO. Z10058 Total Bid Price in Numbers $ � e�n,��\vn tiul�tl Ycd u� �� (u,� Flv� �,>�►� ,� �t 1, +�� `�'INC;� 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 I$ NOT SHOWN FOR BOTH FIGURES AND WORDS C-10 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 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. i 7, MC. Contractor Date: 5/6/21 By. GLENN J.SALSBURY,PRESIDENT Contractor's State License No.: 471664 Class: A Department of Industrial Relations Registration No: 1000006056 Registration Date: 1/20/15 Expiration Date: 6/30/21 Address: 1467 CIRCLE CITY DR. CORONA CA 92879 Phone: 951-273-9600 FAX: 951-273-9608 C-11 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 ACKNOWLEDGMENT OF ADDENDA RECEIVED ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 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. 5/6/21 Bidder's Signature Date GLEWN'].SALSBLRY PRESIDENT Print Name Title C-12 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 NON-COLLUSION AFFIDAVIT ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 STATE OF CALIFORNIA } SS COUNTY OF R1vERSIDE ) (NAME) GLENN J.SA1 SBURY affiant being first duly sworn, deposes and says: That he or she is PRESIDENT of (sole owner, partner or other proper title) HILLCR.BST CONTRACTING,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: 1467 CIRCLECITY DR.CORONA CA 92879 Telephone No.: 951-273-9600 Print Name: ULI NN J. SALSBURY L J /"-� Signature: Title: PRESIDENT Date: 5/6/21 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. Ajtach 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 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 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 Riverside ) On May 6, 2021 before me, A. Gutierrez, Notary Public (insert name and title of the officer) personally appeared Glenn J. Salsbury who proved to me on the basis of satisfactory evidence to be the person) whose name,,A Lsjare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in is her/their authorized capacity(i/), and that by his/her/their signatureOl on the instrument the person(', or the entity upon behalf of which the person(�j 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. #my A.GUTIE M WITNESS my hand and o icial seal. Notary Public-CailforniaRiversideCounty Commisslon 4 2762968 Comm.Expires Nov 13,2022 f Signature (Seal) DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 REFERENCES ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CIP No. Z10058 URBAN GREENING GRANT NO. U29145-0 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) CITY OF TF IECULA Address 41000 MAIN ST.TEMECULA CA 92596 Project Title PARK&RIDE IMPROVEMEN-I S Project Location TEMECULA Type of Work STRFFT IMPROVEMENTS Project Manager Contact RYAN CASTILLO Phone 951-694-6411 Dated Completed 5n019 Contract Amount S1.766,649 2. Name (Firm/Agency) CITY OF SAN BERNARDINO Address 290 N. D ST. SAN BERNARDINO, CA 92401 Project Title 40TI I ST&MOUNTAIN AVE. IMPROVMENTS Project Location SAN BERNARDINO Type of Work STREET IMPROVEMENTS Project Manager Contact MIRELA GRIGORF,SCU Phone 909-384-5202 Dated Completed 6/2019 Contract Amount $991,684 3. Name (Firm/Agency) CITY OF FASTVALE Address 12363 LIMONITE AVE. EASTVALE,CA 91752 Project Title HANWF,1L AVIa', WIDENING Project Location EASTVALE Type of Work STREET LVIPROVEMENIS Project Manager Contact CRAIG BRADSHAW Phone 909-239-8408 Dated Completed 1/2019 Contract Amount $1,343.304 C-17 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 I List any other projects (private, older than three(3)years, etc.) that may represent qualifying or similar experience: 4. Name (Firm/Agency) CITY OF HEMET Address 510 EAST FLORIDA AVE. HEMS"T CA 92543 Project Title ACACIA AVE& SANDFRSON AVE IMPROVEMENTS Project Location HEMET Type of Work STREET IMPROVEMENTS Project Manager Contact REED CHILTON Phone 951-320-6031 Dated Completed 4/2018 Contract Amount S2,345,381 5. Name (Firm/Agency) CITY OF PERRIS Address 101 N.D ST, PERRIS CA 92570 i Project Title 1)I_!KE PERRIS LOGISTICS Project Location PERRIS Type of Work STREET IMPROVEMENTS Project Manager Contact JOHN SATTERFIELD Phone 818-535-9474 Dated Completed 10/2019 Contract Amount $1,454,633 6. Name (Firm/Agency) Address Project Title Project Location Type of Work Project Manager Contact Phone Dated Completed Contract Amount C-18 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 CONTRACTOR INFORMATION ION ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CIP No.Z10058 i URBAN GREENING GRANT NO. U29145-0 Contractor's License No.: 471664 Class: A a. Date first obtained: 2I26195 Expiration 4.130/23 b. Has Bidder's License ever been suspended or revoked? NO If yes, describe when and why: c. Any current claims against License or Bond? No If yes, describe claims: Principals in Com an (List all — attach additional sheets if necessary): NAM TITLE LICENSE NO. (If Applicable) GLENN J, SALSBURY PRESIDENT N/A EINERG.I.TNTDH0I.\4 VP/SECRETARY N.A C-19 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 VI�QJIONS OF FEDERAL, STATE OR LOCAL LAWS ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CIP No. Z10058 URBAN GREENING GRANT NO. U29145-0 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 �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 Li nsing 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? YE /1/ NO (circle one) If"yes,' lea a explain: 4. Has Bidder been cited more than twice for failure to pay prevailing wages in the last five (5) years?Y-- YES NO (circle one) If'yes, se explain: DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 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. S;h!2I Signature Date GLENN J.SALSBURY PRESIDENT Print Name Title HILLCREST coN'CRACTING,INC. Contractor Name C-21 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 I CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 DISQUALIFICATIONQR DEBARMENT ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CIP No. Z10058 URBAN GREENING GRANT NO. U29145-0 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 completin Va,ederal, 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 1 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. 1 5!621 Signature Date GLENN J. SALSBURY PRGSIDfNT Print Name Title I11I.I.CRI;ST CONTRACTING,INC. Contractor Name C-22 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT N0, U29145-0 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 ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET URBAN GREENING GRANT NO. U29145-0 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 Urban Greening Project No. U29145-0, Active Transportation Connections and Green Streets Project for Spring Street, (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: GLENN J.SALSBURY Name PRESIDENT Title IILLCREST CONTRACTING,INC. Contractor Name C-23 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 I CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 PUBLIC CONTRACT CODE ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CI No. Z10058 URBAN GREENING GRANT NO. U29146-0 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 cautio ed that m aking a false certification may subject the certifier to criminal prosecution. J5/6,21 ignature Date GLENN J.SALSBURY PRESIDENT Print Name Title Contractor Name C-24 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 EXHIBIT B LIST OF SUBCONTRACTORS [ATTACHED] DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 LIST OF SUBCONTRACTORS ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CIP No. Z10058 URBAN GREENING GRANT NO. U29145-0 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: Icy tkcv ic License Number: �,I Address of Office, Mill or Shop:_ I 3A 14 �<�er'� `'�ui� (AIALi.C1 Ctk 91110 Specific Description of Sub-Contract: and Bid Items of Work: -Q,��Cb I Name Under Which Subcontractor is Licensed: 1'1'1l.1 lrli t License Number: L4 Gi Address of Office, Mill or Shop: {' J (}y� G(k ga�'GSJ Specific Description of Sub-Contract: and Bid Items of Work uly�S/1��� Name Under Which Subcontractor is Licensed: Plaa_ wluL c' �' 'r mqS n.I License Number: MIK Address of Office, Mill or Show: yuy (b Cp, !!�C' Specific Description of Sub-Contract: and Bid Items of Work: tWn-!, A\r� �5 1 Name Under Which Subcontractor is Licensed: ffl Rh)entaa ��I1cd-f— License Number: N-107 Pr Address of Office, Mill or Shop: lli Sr- Llwon(( ac Specific Description of Sub-Contract: and Bid Items of Work: —_)jw-,ji fr, 4 4uy) 3 1 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 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 CITY OF LAKE ELSINORE CIP NO. Z10058 URBAN GREENING GRANT NO. U29145-0 LIST OF SUBCONTRACTORS ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CIP No. Z10058 URBAN GREENING GRANT NO. U29146-0 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. �QJ Sh-ifk_ License Number: JA`' 3� Address of Office, Mill or Shop: � ''% 1% S4-C I Lim- GA Specific Description of Sub-Contract: and Bid Items of Work:5►�rlS S�IPiG,� Name Under Which Subcontractor is Licensed: yt(i License Number: Address of Office, Mill or Shop: L Specific Description of Sub-Contract: and Bid Items of Work �L�-� l-5 Name Under Which Subcontractor is Licensed: License Number: u{ Address of Office, Mill or Shop: tj ' � • `I uYYu" �SC�a S ecific Description of Sub-Contract: and Bid Items of Work:_L ;�jf;' kAtN) � \o , �3.�\ , 3 l5 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 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 HILLCREST- RFINLAYSON �►�oRu CERTIFICATE OF LIABILITY INSURANCE DAT/15/2DlY 7 15/2021 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the pollcy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements. PRODUCER Weer The Wooditch Company Insurance Services,Inc. ac NF., 949 653-9800 FAX No: 949 553-0670 1 Park Plaza,Suite 400 10639 Irvine,CA 92614 INSU S AFFORDING COVERAGE NAK:I/ INSURER A:Executive Risk Inderringy,Inc. 35181 INSURED INSURER :Federal Insurance Company 20281 Hillcrest Contracting,Inc.; Ros Mar Equipment Co.,Inc. INSURERC: 1467 Circle City Drive INSURERD: Corona,CA 92879 INSURER E. INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP I LT, POLICY NUMBER LIMITS -IntA X COMMERCIAL GENERAL LIABILITY 1.000,000 CLAIMS MADE X OCCUR S 54310295 10/1/2020 10/1/2021 EACH OCCURRENCE X PREMISES TO 100,000 MED EXP(Any one Parson) 5,000 PERSONAL a ADV INJURY 1,000,000 GEWL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY 1XI j I _I LOC PRODUCTS-COMPIOP AGG 3 2,000,000 OTHER: B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 2000,000 a_acCde X ANY AUTO 164310294 10/1/2020 10N/2021 BODILYiNJURY(Perpar:on) } OWNED SCHEDU-ED AUTOS ONLY AUTO S y�Ep BODILY INJURY Per accident X AUTOS ONLY X AUTOS ONLY �eEM AGE I UMBRELLA LIAB ROCCUR EACH OCCURRENCE S EXCESS LIAS CLAIMS-MADE AGGREGATE DED RETENTION S B WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITYSTATUTE I ANY PROPRIETORIPARTNERIEXECUTIVE Y/ 54310296 10/1/2020 10/1/2021 E.L EACH ACCIDENT S 1,000,000 OFFICE("y BER EXCLUDED? NIA 1,000,000 ( aride" de o NFI) E L DISEASE-EA EMPLOYEE Ii yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule may be attached If more space Is required) RE:Hillcrest Job#2748;City Job#Z10058;Active Transportation Connection and Green Streets. glaip U�r�T�/fin n City of Lake Elsinore,a municipal corporation,its elected or appointed officers,officials,employees,agents ari a cluded as Additional Insured as respects General Liability per attached endorsement. CITY OF LAKE ELSINORE This Insurance shall apply as Primary and Non-Contributory per attached endorsement. CERTIFICATE HOLDER CANCELLATIOtNGINEERING DIVISION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPTION DATE THEREOF,City of Lake Elsinore,a municipal corporation ACCORDANCE WITH THE POLICY PROVIS ONTSCE WILL BE DELIVERED IN 130 South Main Street Lake Elsinore,CA 92530 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID;4C86A84D-03BA-41F6-BF13-B22FBDDB22A8 AGENCY CUSTOMER ID: HILLCREST- RFINLAYSON LOC#: 1 ACORO ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Hlllcrest Contracting, Inc.; Ros Mar Equipment Co.,Inc. 1467 Circle Cityy Drive POLICY NUMBER Corona,CA 92879 SEE PAGE 1 CARRIER I NAIC CODE EE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE I ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 26 FORM TITLE: CertHlute of Liability Insurance Cancellation: *Except 10 Days Notice of Cancellation for Non-Payment of Premium. *Should this policy be cancelled before the expiration date, The Wooditch Company will mail 30 (thirty) days written notice to those Certificate Holders which require such action per contract or agreement.* ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 POLICY NUMBER: 54310295 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations WHERE REQUIRED BY WRITTEN CONTRACT ALL LOCATIONS WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to 'bodily injury" or damage" or "personal and advertising injury' "property damage" occurring after: caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the 1. The insurance afforded to such additional injury or damage arises has been put to its intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 POLICY NUMBER: 54310295 COMMERCIAL. GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations WHERE REQUIRED BY WRITTEN CONTRACT, ALL LOCATIONS WHERE REQUIRED BY WRITTEN BUT ONLY WHEN THE CONTRACT SPECIFIES CONTRACT COVERAGE FOR COMPLETED OPERATIONS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we your work at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 POLICY NUMBER: 54310295 COMMERCIAL GENERAL LIABILITY 10-02-2461 (Ed. 7.15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE FOR SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Additional Insured: Location Of Covered Operations: Where required by written contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) With respect only to the Additional Insured and at the Location Of Covered Operations shown in the Schedule, the following is added to SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to the Additional Insured with respect to the Location Of Covered Operations shown in the Schedule under this policy provided that: (1) The Additional Insured is a named insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the Additional Insured. 10-02-2461 (Ed. 7-15) Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 0 u o 0 mU U z Q �w w F-v > Z w U U -)i Q ``) M (p w N o o ru J = co O OF _ RECEIVED CITY OF LAKE ELSINORE JUL 2 3 ?G21 ENGINEERING DIVISION DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF1 3-B22FBDDB22A8 BUSINESS LICENSE CITY OF LAKE ELSINORE -r•I,business Ike—:s i—ed(o1 revenue purpoees Doty and doer not Want ADMINISTRATIVESERVICES-LICENSING a. obeatlon cooperate&buumeu Tbiab-51—se h htued w.tboot varrical'on 130Seattt YinStreet Like ER:rore,CA92330 tnet the Fpldn o s�beat to or eumpled from acenslng by the stare,county,fed—1 951674,3124 g—mment of any otherg—n—al age y TO BE POSTED IN A CONSPICUOUS PLACE Business Name: HILLCREST CONTRACTING INC Buslnoss Lowtlos 1467 CIRCLE CITY DR CORONA,CA 92879-10" BUSINESS LICENSE NO.021082 Owner Namibia): GLENN SALSBURY Business Type GENERAL BU:LDINGCONTRACTOR LINDY LINDHOLM s HILLCREST CONTRACTING INC Description,GENERA-CON-RACTOR P C BOX 1896 CORONA,CA 92876 Issue Data:8/1/2020 Expiration Date:723 122 02 1 THIS I5 YOUR LICENSE NOTTRANSFERABLE RECEIVED CITY OF LAKE ELSINORE JUL 2 6 2021 ENGINEERING DIVISION DocuSign Envelope ID:4C86A84D-03BA-41 F6-BF13-B22FBDDB22A8 BUSINESS LICENSE CITY OF LAKE ELSINORE This business license is issued for revenue purposes only and does not grant authorization Administrative Services-Licensing to operate a business. This business license is issued without verification that the holder is 130 South Main Street, Lake Elsinore, CA 92530 subject to or exempted from licensing by the state. county, federal government, or any other governmental agency. PH (951)674-3124 Business Name: HILLCREST CONTRACTING INC BUSINESS LICENSE NO. 021082 Business Location: 1467 CIRCLE CITY DR Business Type: GENERAL BUILDING CONTRACTOR CORONA,CA 92879-1668 Owner Name(s): GLENN SALSBURY Description: GENERAL CONTRACTOR LINDY LINDHOLM Issue Date: 811i2021 Expiration Date: 7/31/2022 HILLCREST CONTRACTING INC P.O.BOX 1898 CORONA, CA 92878 Starting January 1, 2021, Assembly Bill 1607 requires the prevention of gender-based discrimination of business establishments. A full notice is available in English or other languages by going to:https://www.dca.ca.gov/publications/ TO BE POSTED IN A CONSPICUOUS PLACE THIS IS YOUR LICENSE • NOT TRANSFERABLE CITY OF LAKE ELSI NOR E C I P NO.Z10058 Urban Greening Grant U29145-0 BOND NO. 7666278 PREMIUM $ 10,797 FAITHFUL PERFORMANCE BOND (100% of Total Contract Amount) WHEREAS, the City Council of the City of Lake Elsinore, State of California, has awarded to and entered into an Agreement with Hillcrest Contracting, Inc. (hereinafter designated as "Principal") whereby Principal agrees to construct or install and complete certain designated public improvements, which said Agreement, effective on the date signed by the City Manager, and identified as ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CIP No. Z10058 - URBAN GREENING GRANT NO. U29145-0 is hereby referred to and made a part hereof; and WHEREAS, said Principal is required under the terms of said Agreement to furnish a bond guaranteeing the faithful performance of said Agreement. NOW THEREFORE,we the undersigned Principal and Fidelity and Deposit Company of Maryland , as Surety, are held and firmly bound unto the City of Lake Elsinore (hereinafter designated as "City") in the penal sum of '* dollars ($L,872,38043 ), lawful money of the United States,for which payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. ** one million eight hundred seventy-two thousand three hundred eighty & 43/100 THE CONDITION OF THIS OBLIGATION IS SUCH,that if the above bounded Principal, his or her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in said Agreement and any alterations thereof made as therein provided, on his or her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City, its officers, agents and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor,there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. The Surety hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement or to the work to be performed thereunder, or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the work or the specifications. (SIGNATURE PAGE FOLLOWS) D-39 CITY OF LAKE ELSINORE CIP NO. Z10058 Urban Greening Grant U29145-0 BOND NO. 7666278 SIGNATURE PAGE TO FAITHFUL PERFORMANCE BOND IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named and we have hereunto set our hands, and seals on thisl4thday of July 2021 BIDDER/PRINCIPAL: SURETY: Principal Name: Hillcrest Contracting, Inc. Name: Fidelity and Deposit Company of Maryland Address: 1467 Circle City Dr. Address: C/O Zurich North America Corona, CA 92879 1299 Zurich Way, Schaumburg, IL 60196 Telephone No.: (951) 273-9600 Telephone No.: (213) 270-0600 Print Name: Print Name: Spencer Flake Qr.��q/e_ jt " Attoorney-in-Fact Signature: ---ter Signature: J L-- Approved as to Fofm this day of 20 ww /tf Cit Attorney City of Lake Elsinore NOTE: This bond must be executed by both parties. Corporate seal may be affixed hereto. All signatures must be acknowledged before a notary public (attach acknowledgments). The attorney-in-fact for the corporate surety must be registered, as such, in at least one county in the State of California. (Attach one original Power of Attorney sheet for each bond). D-40 = 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 Riverside ) On July 27, 2021 before me, A. Gutierrez, Notary Public (insert name and title of the officer) personally appeared Glenn J. Salsbury who proved to me on the basis of satisfactory evidence to be the persono) whose name() is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ieg), and that by his/her/their signature(,-14on the instrument the person(s), or the entity upon behalf of which the person(,4) 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. *MY A.GUTIERREZ WITNESS my hand and official seal. Notary Public-CaliforniaRiverside County Commission N 2261969 Comm.Expires Nov 13,2022 Signature (Seal) r- -—. — CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County 9 of Orange On 7/14/21 before me, Lexie Sherwood Notary Public, Date Insert Name of Notary exactly as it appears on the offipal seal personally appeared Spencer Flake Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), LEXIE SHERWOOD and that by his/her/their signature(s) on the instrument the { 1 COMfA #2203287 person(s), or the entity upon behalf of which the person(s) U NOTARY PUBLIC*CALIFORNIA acted, executed the instrument. ORANGE COUNTY Comm Exp JULY 27.2021 1 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. Signature _ yz�� Place Notary Seal Above Signature of otary ublic Lexie Sherwood OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) i i Signer's Name: Signer's Name: _ ❑ Individual ❑ Individual ❑ Corporate Officer Title(s): ❑ Corporate Officer —Title(s): ❑ Partner ❑Limited ❑General ❑ Partner ❑Limited❑General ❑ Attorney in Fact RIGHT THUMBPRINT ❑ Attorney in Fact RIGHTTHUMBPRINT ❑ Trustee OF ❑ Trustee OF ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: ZURICH AMERICAN INStRANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITI'AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"). by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint Charles L. FLAKE,Spencer FLAKE,David L.CULBERTSON, Lexie SHERWOOD of Anaheim,California, EACH, its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as full},and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this I Ith day of June,A.D.2021. tttw s w �t ` ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETI'COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 1 Ith day,of June, A.D.2021, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written CL ���,•.�. Ar.., +�A E / `4;;•` �, t,rr•�e:;� Constance A Dunn,Notary Public My Commission Expires.July 9,2023 Authenticity of this bond can be confirmed at bondvalidator.zu rich na.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attomevs-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances,stipulations, undertakings,or other like instnunents on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I0th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF.I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 14th day of July , 2021 By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 w►v►v.reportsfc lai nisaa.zu richna.com 800-6264577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-5:9-8796 CITY OF LAKE ELSINORE CI NO. Z10058 Urban Greening Grant U29145-0 BOND NO. 7666278 PREMIUM $ Included in LABOR AND MATERIALS BOND Performance Bond (100% of Total Contract Amount) WHEREAS, the City Council of the City of Lake Elsinore, State of California, has awarded to and entered into an Agreement with Hillcrest Contracting, Inc. (hereinafter designated as "Principal") whereby the Principal agrees to construct or install and complete certain designated public improvements, which said Agreement, effective on the date signed by the City Manager, and identified as ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING STREET CIP No. Z10058 URBAN GREENING GRANT NO. U29145-0 is hereby referred to and made a part hereof; and WHEREAS, under the terms of the Agreement, said Principal is required before entering upon the performance of the work, to file a good and sufficient payment bond with the City of Lake Elsinore to secure the payment of claims to which reference is made in Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the Civil Code. Fidelity and Deposit NOW, THEREFORE,we the undersigned Principal and Company of Maryland , as Surety are held and firmly bound unto the City of Lake Elsinore (hereinafter designated as "City' and all contractors, subcontractors, laborers, material suppliers, and other persons employed in the performance of the Agreement as referred to in Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the California Civil Code, in the sum of ** dollars ($1,872,380.43), lawful money of the United States, for materials furnished or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work and labor, that the Surety will pay for the same in an amount not exceeding the sum specified in this bond. In the event suit is brought upon this bond, the Surety shall pay in addition to the face amount thereof, all costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing this obligation, to be awarded fixed by the court, and to be taxed as costs and to be included in the judgment therein rendered ** one million eight hundred seventy-two thousand three hundred eighty & 43/100 It is expressly stipulated and agreed that this bond shall inure to the benefit of any of the persons, companies, and corporations entitled to file claims under Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the California Civil Code, to give a right of action to such persons or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. The surety hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the agreement or the specifications accompanying the same shall in any manner affect its obligation on this bond,and it does hereby waive notice of any such change, extension, alteration, or addition. (SIGNATURE PAGE FOLLOWS) D-41 CITY OF LAKE ELSINORE CIP NO.Z10058 Urban Greening Grant U29145-0 BOND NO.7666278 SIGNATURE PAGE TO LABOR AND MATERIALS BOND IN WITNESS WHEREOF,this instrument has been duly executed by the Principal and Surety above named and we have hereunto set our hands, and seals on this14thday of July 2021 . BIDDER/PRINCIPAL: SURETY: Principal Name: Hillcrest Contracting, Inc. Name: Fidelity and Deposit Company of Maryland Address: 1467 Circle City Dr. Address: C/O Zurich North America Corona, CA 92879 1299 Zurich Way, Schaumburg, IL 60196 Telephone No.: (951) 273-9600 Telephone No.: (213) 270-0600 Print t4ia 6 Print Name: Spencer Flake / loi�fy Attorney-in-Fact Signature: y Signature: Approved as to Form this day of 20_�Z. Cit Attorney City of Lake Elsinore NOTE: This bond must be executed by both parties. Corporate seal may be affixed hereto. All signatures must be acknowledged before a notary public (attach acknowledgments). The attorney-in-fact for the corporate surety must be registered, as such, in at least one county in the State of California. (Attach one original Power of Attorney sheet for each bond). — _ Y D-42 - f T CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA } County 9 of Orange J On 7/14/21 before me, Lexie Sherwood _ Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Spencer Flake Name(s)of Signerts) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the LEXIE SHERWOOD within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), hY`✓„} COMM #2203287 0 and that by his/her/their signature(s) on the instrument the NOTARY PUBLIC•CALIFORNIA z >= / ORANGE COUNTY 2 person(s), or the entity upon behalf of which the person(s) Comm Exp JULY 27,2021 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. Signature Place Notary Seal Above Signature of Rotary Public Lexie Sherwood OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer Title(s): ❑ Partner ❑Limited ❑General ❑ Partner ❑Limited ❑General ❑ Attorney in Fact ;•MI ❑ Attorney in Fact RIGi9T TR111iBPRIRT ❑ Trustee OF ❑ Trustee OF ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: 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 Riverside ) On July 27, 2021 before me, A. Gutierrez, Notary Public (insert name and title of the officer) personally appeared Glenn J. Salsbury who proved to me on the basis of satisfactory evidence to be the personW whose name ,(-9) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(i&s), and that by his/her/their signatureW on the instrument the person($), or the entity upon behalf of which the person(H) 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. *MY A.GUTIERREZ WITNESS my hand and official seal. Notary Public-California Riverside County Commission#2262968 Comm.Expires Nov 13,2022 Signature (Seal) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELM'AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEV KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which arc set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint Charles L. FLAKE,Spencer FLAKE, David L. CULBERTSON, Lexie SHERWOOD of Anaheim,California, EACH, its true and lawful agent and Attomey-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby cenify that the extract set firth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETI' COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this I Ith day of June,A.D.2021. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETN'COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Tice President i• { )C. wi f,C)2?U>v — Aw Dawn E. Brown Secretary State of Maryland Count of Baltimore On this I Ith dap of June, A D 2021, before the subscriber,a Notan,Public of the State of Maryland.duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies•to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same•and being by me duly sworn•deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies•and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the dap and year first above written C G1. r.J �%, Constance A Dunn,Notary Public <i/,�����..• ,: My Commission Expires July 9,2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Exccutive Officer.the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings. or other like instruments on behalf of the Company. and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may he signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the Sth day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: 'That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wfierever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF.I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 14th day of July ,_2021 01 - By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reportsfelaims a zurichna.com 800-6264577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.corn or 410-559-r-N