HomeMy WebLinkAboutItem No. 08 PWCA Hillcrest Contracting, Inc. Active Trans Connect Spring St Z10058City Council Agenda Report
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: TMP 21-217
Agenda Date: 6/22/2021 Status: PassedVersion: 1
File Type: Council Consent
Calendar
In Control: City Council / Successor Agency
Agenda Number: 8)
Construction Contract Award for the Active Transportation Connections and Green Streets
Project for Spring Street CIP No. Z10058
1.Authorize the City Manager to execute a Public Works Construction Agreement with Hillcrest
Contracting, Inc. in the amount of $1,872,380.43 for the Active Transportation Connections and
Green Streets Project for Spring Street CIP No. Z10058; and
2.Authorize City Engineer to record the Notice of Completion once it is determined the work is
complete and the improvements are accepted into the City maintained roadway network.
Page 1 City of Lake Elsinore Printed on 12/29/2023
Page 1 of 2
REPORT TO CITY COUNCIL
To: Honorable Mayor and Members of the City Council
From: Jason Simpson, City Manager
Prepared By: Johnathan Skinner, Community Services Director
Remon Habib, City Engineer
Date: June 22, 2021
Subject: Construction Contract Award for the Active Transportation Connections and
Green Streets Project for Spring Street CIP No. Z10058
Recommendation
1. Authorize the City Manager to execute a Public Works Construction Agreement with Hillcrest
Contracting, Inc. in the amount of $1,872,380.43 for the Active Transportation Connections
and Green Streets Project for Spring Street CIP No. Z10058; and
2. Authorize City Engineer to record the Notice of Completion once it is determined the work is
complete and the improvements are accepted into the City maintained roadway network.
Background
The project consists of one full plan set consisting of landscaping and irrigation in City right of
way, asphalt grind and overlay, sidewalks, curb & gutter, traffic striping, streetlight infrastructure
and other repairs as shown on Improvement Plans. The project locations are Spring Street
between Graham Avenue and Flint Street, Heald Street between Main Street and Langstaff Street
and Pottery Street between Main Street and Pottery cul-de-sac.
The project was advertised on April 13, 2021. On May 6, 2021, the bids were secured via the
City’s electronic bidding portal PlanetBids and publicly displayed. The low bidder, L.C. Paving &
Sealing, Inc., sent a letter asking for their bid to be withdrawn. The next lowest bidder was Hillcrest
Contracting, Inc. at a total cost of $2,243,580.44. Alternate Bid Schedule C will be eliminated from
the contract, resulting into the contract cost of 1,872,380.43.
Discussion
The City received four (4) bids as shown below. Staff recommends awarding the project to
Hillcrest Contracting, Inc.
Active Transportation Connections and Green Streets Project
Page 2 of 2
The bid results are summarized below:
Contractor (Bidder) Total Bid Amount
1. L.C. Paving & Sealing, Inc. $1,921,017.08 (bid subsequently withdrawn)
2. Hillcrest Contracting, Inc. $2,243,580.44
3. Los Angeles Engineering, Inc. $2,282,000.00
4. CT&T Concrete Paving, Inc. $2,996,068.08
Fiscal Impact
The cost of the project is $1,872,380.43 plus an additional 10% in contingency of $187,238.04.
Funding for this project is allocated within the adopted CIP Budget including Urban Greening
Grant funding.
Exhibits
A. Agreement
B. Proposal
C. Project Map
1
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).
2
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 W ork.
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.
3
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
4
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.
5
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
6
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.
7
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 W ages.
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.
8
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]
9
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date
first written above.
“CITY”
CITY OF LAKE ELSINORE, a municipal
corporation
“CONTRACTOR”
Hillcrest Contracting, Inc. a Corporation
City Manager
ATTEST:
By: Glenn Salsbury
Its: President
City Clerk
APPROVED AS TO FORM:
By: Click or tap here to enter text.
Its: Click or tap here to enter text.
City Attorney
Administrative Services Director
EXHIBIT A
CONTRACTOR’S PROPOSAL
[ATTACHED]
EXHIBIT B
LIST OF SUBCONTRACTORS
[ATTACHED]
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.
HILLCREST CONTRACTING, INC.
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
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
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.
idder's Signature
GLENN J. SALSBURY
Print Name
C-12
5/6/21
Date
PRESIDENT
Title
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING
STREET CIP NO. Z10068
URBAN GREENING GRANT NO. U29145-0
STATE OF CALIFORNIA )
SS
COUNTY OF RIVERSIDE )
(KIANAF1 GLENN J. SALSBURY
affiant being first duly sworn, deposes and says:
That he or she is PRESIDENT of
(sole owner, partner or other proper title)
HILLCREST 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.
Print
951-273-9600
J. SALSBURY
Signature: ~`
Title: PRESIDENT
Date:
Non -Collusion Affidavit must be accompanied by notary certificates for signature. Note
the description of the document on the notary certificate. Attach notary certificate
immediately following this oaae. 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
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 persono whose nameXl t,fs are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
is her/their authorized capacity(ip4), and that by his/her/their signatureol on the instrument the
person(', or the entity upon behalf of which the person( acted, executed the instrument.
I certifyunderPENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
*04
A. GUTIERREZ
WITNESS my hand and o icial seal. Notary Public• California
Riverside County
Commission R 2262968
y Comm. Expires Nov 13, 2022
Signature (Seal)
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR
SPRING STREET CIP No. Z10068
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:
2.
3.
Name (Firm/Agency) cITYOFTEMECULA
Address 41000 MAIN ST. TEMECULA CA 92596
Project Title PARK & RIDE IMPROVEMENTS
Project Location TEMECULA
Type of Work STREET IMPROVEMENTS
Project Manager Contact RYAN CASTILLO
Phone 951-694-6411
Dated Completed 5/2019 Contract Amount $1,766,649
Name (Firm/Agency) CITY OF SAN BERNARDINO
Address 290 N. D ST. SAN BERNARDINO, CA 92401
Project Title 40TH ST & MOUNTAIN AVE. IMPROVMENTS
Project Location SAN BERNARDINO
Type of Work
STREET IMPROVEMENTS
Project Manager Contact MIRELA GRIGORESCU Phone 909-384-5202
Dated Completed 6/2019 Contract Amount $991.684
Name (Firm/Agency) CITY OF EASTVALE
Address 12363 LIMONITE AVE. EASTVALE, CA 91752
Project Title HAMNER AVE. WIDENING
Project Location EASTVALE
Type of Work
STREET IMPROVEMENTS
Project Manager Contact CRAIG BRADSHAW
909-239-8408
Dated Completed 1/2019 Contract Amount $1,343,304
C-17
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
List any other projects (private, older than three (3) years, etc.) that may represent qualifying or
similar experience:
4.
5.
Name (Firm/Agency) CITY OF HEMET
Address 510 EAST FLORIDA AVE. HEMET CA 92543
Project Title ACACIA AVE & SANDERSON 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 $2,345,381
Name (Firm/Agency) CITY OF PERRIS
Address 101 N.D ST. PERRIS CA 92570
Project Title DUKE 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
Dated Completed
Phone
Contract Amount
C-18
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT N0. U29145-0
ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING
STREET CIP No. Z10058
URBAN GREENING GRANT NO. U29145-0
Contractor's License No.: 471664 Class:
a. Date first obtained: 2/26/85 Expiration 4/30/23
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?
If yes, describe claims:
Principals in Company (List all — attach additional sheets if necessary):
NAME TITLE LICENSE NO.
(If Applicable)
GLENN J. SALSBURY PRESIDENT N/A
EINERG.LINDROLM
VP/SECRETARY N/A
C-19
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING
STREET CIP No. Z10058
URBAN GREENING GRANT NO. U29145-0
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 qNO
ing Laws?
YES (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 / 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.
YES N (circle one)
If "yes, se explain:
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT N0. 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.
Date
GLENN LSALSBURY PRESIDENT
Print Name Title
HILLCREST CONTRACTING, INC.
Contractor Name
C-21
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
"bY�14a181y[•73�NP.t�_ _' =' : u _ i,
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 ,-a. 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:
Location:
Reason:
Entity:
Provide Status and any Supplemental Statement:
Has your firm been reinstated by this entity?
YES / NO (circle one)
Notes: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature
portion thereof shall also constitute signature of this Certification.
9 - 5/6/21
GLENN J. SALSBURY PRESIDENT
Print Name Title
HILLCREST CONTRACTING, INC.
Contractor Name
C-22
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. 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
GLENN J. SALSBURY
Name
PRESIDENT
Title
HILLCREST CONTRACTING, INC.
Contractor Name
C-23
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. 029145-0
PUBLIC CONTRACT CODE
ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING
STREET CIP 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 d that a false certification may subject the certifier to criminal prosecution.
5/6/21
Date
GLENN J. SALSBURY PRESIDENT
Print Name Title
Contractor Name
C-24
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
BOND NO. 08560235 Premium: Nil
ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING
STREET CIP No. Z10058
URBAN GREENING GRANT NO. 029145-0
KNOW ALL MEN OR WOMEN BY THESE PRESENTS:
That we Hillcrest Contracting, Inc. as PRINCIPAL,
hereinafter referred to as "Contractor", and Fidelity and Deposit Company of Maryland
a duly authorized corporate as "Surety," are held and firmly bound unto the City of Lake Elsinore in
the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Contractor
above named, submitted by said Contractor to the City of Lake Elsinore for the work for said project
entitled above, for the payment of which sum in lawful money of the United States, well and truly to
be made, to the City of Lake Elsinore to which said bid was submitted, we bind ourselves, our heirs,
executors, administrators and successors, jointly and severally, firmly by these presents. In no case
shall the liability of the surety hereunder exceed the amount of Ter, Percent of Amount Bid (10%n)
THE CONDITION OF THIS OBLIGATION IS SUCH:
That whereas the Contractor has submitted the above-mentioned Bid to the City of Lake Elsinore
as aforesaid for the work for said project entitled above.
NOW, THEREFORE, if the aforesaid Contractor is awarded the Contract and, within the time and
manner required under the Contract documents, after the prescribed forms are presented to him or
her for signature, enters into a written Agreement in the prescribed form and in accordance with
the Contract documents, and files two bonds with the City of Lake Elsinore, one to guarantee
faithful performance and the other to guarantee payment for labor and materials, in accordance
with said Contract documents, and as required by law, and files the required insurance
certificate(s) in accordance with said Contract documents, then this obligation shall be null and
void; otherwise, it shall be and remain in full force and effect until execution of the Agreement or
forfeiture pursuant to the Provisions of Sections 20172 and 20174 of the Public Contract Code.
In the event suit is brought upon this bond by the City and judgment is recovered, the Surety shall
pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixed by the
court.
(SIGNATURE PAGE FOLLOWS)
C-14
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING
STREET CIP No. Z10058
URBAN GREENING GRANT NO. U29145-0
IN WITNESS WHEREOF, we have hereunto set our hands and seals on
this 21st day of April 2021
BIDDER:
Contractor Name: Hillcrest Contracting, Inc.
Address: 1467 Circle City Drive
Corona, CA 92879
Telephone No.: 951-273-9600
Print Name: GLENIN J. SALISBURY
Title:
Signature:
Date: '5�' I �,A
CORPORATE SURETY:
Fidelity and Deposit
Company Name: Company of Maryland
Address: C/O Zurich North America
1299 Zurich Way
Schaumburg, IL 60196
Telephone No.: 213-270-0600
Print Name: Spencer Flake
Title: Attorney -In -Fact
ii _
Date: April 21, 2021
SIGNING INSTRUCTIONS TO THE CONTRACTOR
Bidder's Bond must be accompanied by notary certificates for EACH signature. Note the
description of the document on the notary certificate. Attach BOTH notary certificates
immediately following this page.
Corporate Seal may be affixed hereto.
The attorney-in-fact for corporate surety must be registered, as such, in at least one county
in the State of California. Attach one original Power of Attorney immediately following the
notary certificates.
If the Bidder fails to properly sign or omits the required signatures, the bid will be considered
non-responsive and will be rejected.
C-15
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 of Orange
On 4-21-21 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 Signers)
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),
W �^ � OD�
LEXIS SHERWO
and that by his/her/their signature(s) on the instrument the
3287
PUBLIC
person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
NOTARY ®CALIFORNIA n
ORANGE COUNTY
Comm. Exp. JULY 27, 2021
I certify under PENALTY OF PERJURY under the laws of
Rr + y v Y
the State of California that the foregoing paragraph is true
and correct.
Witness my hand and official seal;
Signature �jjfj// �4
g � �
Place Notary Seal Above
Signature of o Public' ale Sherwood
OPTIONAL
Though the information below is not required by law, it mayprove 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
0. ❑ Attorney in Fact
❑ Trustee •
❑ Trustee •
❑ 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 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(,o whose name) is/are
subscribed to the within instrument and acknowledged to me that Le/she/they executed the same in
Lis/her/their authorized capacityXs), and that by his/her/their signatureA on the instrument the
person), or the entity upon behalf of which the person() acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS m hand and official seal. *my
A. GUTIERREZ
y Notary Public • California
Riverside CountyCommission 6 2262966
Comm. Expires Nov 13, 2022
Signature (Seal)
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 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
I, 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 Attorney 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 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 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, 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 time and affixed the corporate seals of the said Companies,
this r:t day of Anm 1021
0 ie
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.ret)ortsfclaims@zurichna.com
800-626-4577
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING
STREET CIP Z10068
URBAN GREENING GRANT NO. U29145-0
Company: FULLCREST 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
Clearing/Grub
1
LS
a10•0
135W.VJ
1.2
Mobilization, Demobilization & Cleanup
1
LS
3,3.50
104a, 4
1.3
TemporaryTraffcControl
1
LS
Kv
10`j000,(p1.4
2.4
Storm/Non-Storm Water Pollution Control
1
LS
c(i 50•�
�I a00.0
1.5
Survey Staking
1 I
LS
1310.c0
3L'boO,u�1.6
2.6
Sawcut existing pavement/ hardsca a
4,293
LF
ii`{LV7•U�
31131374ty
1.7
Demo and remove existing concrete, curb, curb & gutter, AC curb
1
LS
4.90W,00
p ,u0
1.8
Demo and remove existing asphalt pavement
28,925
SF
1,;)q
31313.35
1.9
Demo and remove existing ADA ramps
7
EA
9W.uD
Lr3c0.cv
1.10
Demo and remove existing concrete driveway
1,770
SF
0
'll.U7
1.11
Demo and remove existing catch basin
1
EA
4N0().00
j1uil. UO
1.12
Remove signage
1
LS
']500.u0
Ig00,LV
SECA SUBTOTAL
5%,'9laa1•'f5
2.
LANDSCAPE & IRRIGATION
2.1
Tree -15 Gallon- Planted per Tree Planting Detail A on Sheet 50
271
EACH
a10•0
(,glo.t)
2.2
1 Gallon Container Plant- Planted per Shrub Planting Detail A on Sheet 50
320
EACH
3,3.50
104a, 4
2.3
Steel Edger
60
LF
13V
`OW -UD
2.4
Backflow Preventer with Enclosure (1.112" Febco 825Y wl Guardshack SS
encl
2
EACH
c(i 50•�
g�OJ.
2.5
Wye Strainer with Pressure Regulator
2
EACH
1310.c0
;n*).tp
2.6
Controller Encl. Ass y (SiteOne SA6-RM2-TWIRSEIPMR-CAC/10YR/GR-
KIFSFVC-150P
2
EACH
ii`{LV7•U�
SjglyO.cO
2.7
Ground rod I Lightning Arrestor (1 per 10 valves)
6
EACH
U5e Z
310o -LD
2.8
Control System Additional 10 -YR Data Service (RainMaster i -Central)
2
EACH
31 0 •
le3Lu ,up
2.9
ProMax Remote Assembly with Transmitter (RainMaster PMR)
2
EACH
1a(e0,ip
)5,?o.c0
2.10
Master Valve-1-112"(Superior#3200)
2
EACH
53C•61,
IU(EO.6)
C-7
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
2.11
Flow Sensor -1" (CST Inc. FSI-TXX-001)
2
FEACH
19
2.12
Isolation Ball Valve Assembly -1" (Jones I Ford E-1900 Brass Ball Valve)
68
EACH
'3 U
40AV
2.13
Gate Valve Assembly -1-1/2" (Jones/ Ford E-1900 Brass Ball
Valve)
18
18
EACH
X10 ,Lc
101WO
2.14
Quick Coupling Valve Assembly- V (Nelson #76458)
67
EACH
310- LD
K) iC•lC
2.15
Remote Control Valve Assembly -1" (Hunter ICV -FS)
32
EACH
40,%,C
15T65 LD
2.16
Drip Remote Control Valve Assembly -1" (Hunter ICV -101 -LF -R, 40 PSI
Rea. Filter
3
EACH
�tjj,W
150
2.17
Drip Air/ Vacuum Relief Valve Assembly
3
SF
93,U3
Isq. W
2.18
Drip Flush Valve Assembly
11
EACH
`Q.uC
'it) -LD
2.19
Subsurface Dripline (Netafim TLRW-06-18) & Staples, Netafim Fittings
1,846
LF
n -k 3
4354.'13'
2.20
Deep Root Tree Bubbler System (RainBird RWS-M-1402)
542
LF
50,0
-7100.;70
2.21
G N -Wire Cable (Paige P7354D) wMire Connectors (3M Scotchcast 3570-
5,420
LF
1,30
loqij�. Lu
2.22
Tracer wire for mainline (I 2AWG)
11,590
LF
p,��
3013.yC
2.23
1"PVC SCH 40 Mainline Pipe
500
LF
tp
3050,O
2.24
1-112" PVC SCH 40 Mainline Pipe (in landscape area)
2,400
LF
S, 9 p
j`{(GO-a
2.25
1-112" PVC SCH 40 Mainline Pipe (in paving I joint trench with electrical)
5,000
LF
Com, $0
�>150 •LZ
2.26
1-1/2" PVC SCH 40 Mainline Pipe (in paving I irrigation only trench)
3,690
LF
5,'C)
19 55,). CJ
2.27
314" PVC SCH 40 Lateral Pipe
10,800
LF
3,4v
33" 8M,Lo
2.28
1" PVC SCH 40 Lateral Pipe
900
LF
3.9c,
35,I0.ty
2.29
1" PVC SCH 40 Lateral Pipe (in paving I irrigation only trench)
750
LF
J, -do
3150 -W
2.30
1-1/4" PVC SCH 40 Lateral Pipe
20
LF
14,-)c)
114.v-
2.31
2" PVC SCH 40 Sleeve
360
LF
)u(. is
S -AD -to
2.32
3" PVC SCH 40 Sleeve
1,040
LF
11,3C
11`w .to
2.33
PVC SCH 40 Fittings (15% Lateral Line Total)
1
LS
(5(90.
�glx. to
2.34
PVC SCH 40 Fittings (20% Pressure Line Total)
1
LS
4-3-Cv- tC
2.35
Misc (pipe cement, thread sealant, trench warning tape, wire connectors)
1
LS
53p,t0
S:50, Lo
2.36
Traffic Rated Concrete Pull Box & lid
36
EACH
550.w
19 089. Lo
2.37
Traffic Rated Concrete Box & lid
214
EACH
1530, to
2.38
1" PVC SCH 40 Electrical Conduit
5,420
LF
3.15
1C1'3. ia7
2.39
Sand Backfill on Mainline/Conduit under Roadway
329
CY
m.0
130,lup
2.40
Root Barrier
21020
LF
�)po
11 D-tio
SEC. 2 SUBTOTAL
UjqALk,3K
3.
SITE IMPROVEMENTS
3.1
4" PCC Hardscape
16,333
SF
(.r U0
tv'ljy'"l.i o
3.2
ADA Ramps
17
EA
q4W,L,,o
.Co
3.3
6' high Curb and Gutter
2,770
LF
0, W
3.4
4" AC pavement over 4" Agg Base
17,430
SF
S.50
15T65 LD
3.5
PCC Cross Gutter Drainage
1,320 !
SF
Il • D
150
3.6
Residential Concrete driveway
2,520 ;
SF10-iso
)11,10
3.7
6" high Curb
400 j
LF
5 •tU
2,1,Ce.vo
W
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
3.8
24" wide Gutter
2301
LF
X CD SS 0. LU
3.9
Concrete Alley Intersection. Type A
255 1
SF
r f 1. L,C1
i l°i`so
3.10
36" x 24" Precast Catch Basin
1 1
EA
1f, W q)OD. W
3.11
12" dia. sdr-35, Storm Drain Pipe
6
LF
3y L10 3 $,.Lo
3.12
AC Crack Fill with Type II Slurry Coat
76,400
SF
O.5$
-{-3d - Lu
3.13
Truncated Domes at Existing Curb Ramps
3
EA
LID
Q).4D
3.14
6"-8" Rock Embedded in 6" thick Concrete
65
SF
(U)
a -)319. (P
3.16
2" Irrigation Service with 1" Meter
1
EA
ci $(A). Lu
cA&U1,OD
3.16
Signage and Striping
1
LS
33'1CD.c0
SEC 3. SUBTOTAL
5-K3 5 {`(•
4. ELECTRICAL IMPROVEMENTS
Sawcut Existing Pavement/ Hardscape
LF
4.1 Electrical conduit 2 PVC schedule 40 including trench and back fill
200 LF
(•�[(? 5�50•U)
4,33,ttu
4.2 Electrical conduit 3'PVC schedule 40 including trench and back fill
480 LF
4.3 Electrical pedestal station(s) for Irrigation Controllers
2 EA
35Wf tD - U OO. 0�
B.3
SEC.4 SUBTOTAL
I 0%09-W
Total Bid for Bid Schedule A:
(Figures*)
Total Bid for Bid Schedule A: 1k r`i %\Wks fb%v'
BID SCHEDULE B ALTERNATE 1
B.1
Sawcut Existing Pavement/ Hardscape
LF
222
15,N
I150o
B.2
Demo And Remove Existing Asphalt Pavement
SF
3,575
3,(,0
00
B.3
4" AC Pavement Over 4" Agg Base (3,575 SF)
TON
90
15a
31e8D.i0
B.4
4" Agg Base (3,575 SF)
CY
44
1�O.c0
5',SD'60
TOTAL BID )-9"10
BID SCHEDULE B ALTERNATE 2
B.5
CY
59
1.5' AC Grind And Removal (12,700 Si)
1 l {, 354
IOaK l.(0
B.6
AC 1.5' Overlay (12,700 Si)
TON
120
1 130,6U
115600,6)
TOTAL BID a5m 00
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
Total Bid for Bid Schedule B: i Ss, -'> z'q0
(Figures*)
Total Bid for Bid Schedule B: a
BID SCHEDULE C ALTERNATE
C.1
Electrical Conduit 2" Pvc Schedule 40 Including
Trench And Back Fill
LF
12,800
?500 0-(D
C.2
Electrical Pedestal Station For Future Street
Lighting
UNIT
4
1OW) t"0
40ON P
C.3
Street Crossing
EA
8
UuD-Lb
IW$W.(p
TOTAL BID
,;-)I c70
�
Total Bid for Bid Schedule C: 31l aLw,co
(Figures*)
Total Bid for Bid Schedule C:'
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
$_M, eh ����n �soH�hdred hxt��1�rez th�s�d F�vR 12a�r�� �tghtu ��lurs ��. �
Total Bid Price in Written Form
In case of discrepancy between the written price and the numerical price, the written price
shall prevail.
Note:
Estimated quantities are for the purpose of Bid comparison only; payments will be made on the basis of
actual measurement of Work completed, except for lump sum (LS) and final pay (F) quantities.
(S) denotes a specialty item. The Bid Price shall include, but not be limited to, sales tax and all other
applicable taxes and fees.
All work described on the plans and in the specifications and other incidentals necessary to complete the
project shall be paid under items above. No additional payments will be allowed.
*BID MAY BE REJECTED IF TOTAL IS NOT SHOWN FOR BOTH FIGURES AND WORDS
C-10
41r6
IV3
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING
STREET CIP No. Z10068
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.
Name Under Which Subcontractor is Licensed: bticu eA ecor
License Number:
Address of Office, Mill or Shop: _. 'I FF heYS
Specific Description of Sub -Contract: and Bid Items of
\cm,D.3j—�,N',qI-`A, C, -I - C-3
Name Under Which Subcontractor is Licensed: M/I Vlm Wtih(a,PG
License Number:
Address of Office, Mill or Shop: 1`IIRJ 5• U Wt -5 51 - H
Specific Description of Sub -Contract: and Bid Items of Work
IA-fvrn I — a-35 , .3°I' -)-LAO
Name Under Which Subcontractor is Licensed: Mam Wl-, zRV r Ii14&k\i.
License Number: tM
Address of Office, Mill or Shop: _ `f 1_ f+TSI& fhf- NYU Ok 9I A C)
Specific Description of Sub -Contract: and Bid Items of Work: NaS0r)Iaj
. 1 _..f
Name Under Which Subcontractor is Licensed:�� i�fr1nYllCt/l �SphcA(f
License Number: _ )V70'79
Address of Office, Mill or Shop:
Specific Description of Sub -Contract: and Bid Items of Work: Sluii,j Sfa
lRm 3 1 a -
Subcontractors listed in accordance with the provisions of Section 2-3 must be properly licensed
under the laws of the State of California for the type of work that they are to perform. Do not list
alternate subcontractors for the same work.
C-16
CITY OF LAKE ELSINORE CIP NO. Z10058
URBAN GREENING GRANT NO. U29145-0
LIST OF SUBCONTRACTORS
ACTIVE TRANSPORTATION CONNECTIONS AND GREEN STREETS PROJECT FOR SPRING
STREET CIP No. Z10068
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: C 5I7ii�C
License Number: 32S I
Address of Office, Mill or Shop:
Specific Description of Sub -Contract: and Bid Items of
Name Under Which Subcontractor is Licensed: �a5� I ffl1 SurVe�(�wG
License Number:
Address of Office, Mill or Shop: 14H h • �Ci� a St -
Specific Description of Sub -Contract: and Bid Items of Work
Name Under Which Subcontractor is Licensed: Q,m11\Ur 4
License Number:
Address of Office, Mill or Shop: 2" 1'6gL) C 1d�by\.
Specific Description of Sub -Contract: and Bid Items of
3\Q, 3.1\,315
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
2" GRIND AND OVERLAYLANDSCAPINGACTIVE TRANSPORTATIONCONNECTIONS AND GREENSTREETS PROJECT